administrator wesco utility...package wise (section) emd in shape of account payee demand draft /...
TRANSCRIPT
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 1 ~ Signature of Bidder with Seal
ADMINISTRATOR
WESCO UTILITY *************************************************
TENDER SPECIFICATION FOR
SHIFTING OF 33 KV, 11 KV & LT LINE WITH
DISTRIBUTION SUB-STATION AND
CONVERSION OF OVER HEAD LINE TO
UNDERGROUND SYSTEM AT DIFFERENT
LOCATIONS UNDER SED, SONEPUR DUE TO
CONSTRUCTION OF NEW KHORDHA –
BALANGIR RAILWAY LINE ON SEMI-
TURNKEY BASIS UNDER DEPOSIT SCHEME
TENDER NOTICE No.: WESCO/WORKS/20-21/02 Date: 21.05.2020
Semi Turnkey Contract (Supply & Erection)
1) DATE OF OPENING OF TENDER : 17.06.2020
2) TIME : 16:00 hrs. 3) PLACE : WESCO Utility Head Quarter Office
(WEST Block), Burla
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 2 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST BUILDING), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/20-21/02 Date: 21.05.2020
Work Description: SHIFTING OF 33 KV, 11 KV & LT LINE WITH DISTRIBUTION SUB-STATION AND CONVERSION OF OVER HEAD LINE TO
UNDERGROUND SYSTEM AT DIFFERENT LOCATIONS UNDER SED, SONEPUR DUE TO CONSTRUCTION OF NEW KHORDHA – BALANGIR RAILWAY LINE ON SEMI-TURNKEY BASIS UNDER
DEPOSIT SCHEME
CONTENTS
SECTION NO. DESCRIPTION PAGE NO.
SECTION: I INVITATION FOR BIDS (IFB) 5-9
SECTION: II GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) 10-29
SECTION: III TECHNICAL SPECIFICATION 30-183
SECTION: IV LIST OF ANNEXURES (SCHEDULES & FORMATS) 184-211
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 3 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST Building), Burla-768017
E-Mail: worksandplanning @wescoorissa.com ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/20-21/02 Date: 21.05.2020
For and on behalf of the Administrator, WESCO Utility, the undersigned invites sealed
tenders on two part bidding system from the eligible bidders, who comply to the terms and conditions for “Shifting of 33 KV, 11 KV & LT line with Distribution Sub-station and
conversion of over head line to underground system at different locations under SED, Sonepur due to construction of new Khordha – Balangir railway line on Semi-Turnkey
basis under DEPOSIT scheme” superscribing the Tender Specification No., Name of the work, Name of the Packages & date of opening (as mentioned in the specifications).
The tender papers can be had from the undersigned at the above address on payment of the
cost of Tender Paper indicated below in shape of Account Payee bank Draft drawn on any Public Sector Bank in favour of The Administrator, WESCO Utility payable at Burla/Sambalpur. The cost of tender paper is non-refundable.
Name of Work: Shifting of 33 KV, 11 KV & LT line with Distribution Sub-station
and conversion of over head line to underground system at five nos. locations under SED, Sonepur due to construction of new railway line
from Khordha – Balangir on Semi-Turnkey basis under DEPOSIT scheme.
Location: Five nos. locations under SED, Sonepur.
SCHEDULE OF WORKS TENDERED:
Package
No. Name of Package
Estimated
Amount (In RS.)
EMD
Amount (In RS.)
Minimum Financial Turn
Over Criteria (In Rs.)
Cost of Tender
Paper (In Rs.)
Package: 1
Shifting of 33 KV Line at Gadia Rly KM No.:
279.243 under SDO, Sonepur of S.E.D., Sonepur
2715441.00 27154.00 1357721.00
11, 800 (Including
GST)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 4 ~ Signature of Bidder with Seal
Package: 2
Shifting of 33 KV, 11 KV
Line & Shifting of Sub-station at Bairasar Rly KM
No.: 280.319, 280.436, 280.439 & 280.720 under SDO, Sonepur of S.E.D.,
Sonepur
6230789.00 62308.00 3115395.00
TIME SCHEDULES:
1. Last Date & Time for submission of Bid Document 17.06.2020 AT 13:00 hrs.
2. Date & Time for opening of Technical Bid 17.06.2020 AT 16:00 hrs.
The intending bidders can also download the tender document from our website www.wescoodisha.com. However the bidder has to furnish a Account Payee Bank Draft
drawn on any Public sector Bank in favour of The Administrator, WESCO Utility payable at Burla/Sambalpur for the cost of the Tender Paper indicated above, along with his bid,
failing of which the bid will be rejected outright. In the event of any specified date for the sale, submission or opening of bids being declared as holiday for WESCO Utility, the bids
will be sold / received / opened up at the appointed time on the next working day. WESCO Utility also reserves the right to accept or reject any or all tenders without
assigning any reason thereof, if the situation so warrants. For detail Tender Specification & Terms and Conditions, please visit our website
www.wescoodisha.com. (sd/-)
GM (Works)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 5 ~ Signature of Bidder with Seal
SECTION – I
INVITATION FOR BIDS (IFB)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 6 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST Building), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/20-21/02 Date: 21.05.2020
INVITATION FOR BIDS (IFB)
for
“Shifting of 33 KV, 11 KV & LT line with Distribution Sub-station and conversion of
over head line to underground system at different locations under SED, Sonepur due to
construction of new Khordha – Balangir railway line on Semi-Turnkey basis under
DEPOSIT scheme”
(COMPETITIVE BIDDING)
TENDER NOTICE NO: WESCO/WORKS/20-21/02 Date: 21.05.2020
SECTION – I
1.0 For and on behalf of the WESCO Utility, the undersigned invites bids under two part bidding system in sealed cover in duplicate duly superscribed with tender Notice
No.: _______, and Date of Opening: _______ from the reputed licensed firms/ individuals having valid HT Electrical License for carrying out “Shifting of 33 KV, 11
KV & LT line with Distribution Sub-station and conversion of over head line to underground system at different locations under SED, Sonepur due to construction of
new Khordha – Balangir railway line on Semi-Turnkey basis under DEPOSIT scheme”.
2.0 Submission of the Bids: 2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of
Technical and Commercial Proposal and conditions / schedule of non-compliance, if any.
2.2 The submission of the Bids shall be in the manner specified in the instruction to
Bidders. The due date of submission shall be 17.06.2020 up-to 13:00 hrs. 3.0 WESCO Utility will not be responsible for any costs or expenses incurred by bidders
in connection with the preparation and delivery of bids. 3.1 WESCO Utility reserves the right to cancel, postpone, withdraw the invitation for Bids
without assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision if the situation so warrants.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 7 ~ Signature of Bidder with Seal
4.0 E.M.D & TIME SCHEDULES:
Description Date
Last Date for Submission of Tenders
17.06.2020 up to 13.00 hrs.
Opening of Technical Bid 17.06.2020 up to 16.00 hrs.
Cost of Tender Paper
(Non Refundable)
Rs. 11, 800.00 (Rupees Eleven Thousand Eight Hundred only) inc lud ing GS T in shape of Cash/ Account Payee demand
draft issued in favour of The Administrator, WESCO Utility payable at Burla/Sambalpur
Amount of E.M.D. Payable
Package wise (Section) EMD in shape of account payee demand draft / Bank Guarantee in favour of The
Administrator, WESCO Utility payable at Burla / Sambalpur. In case of Bank Guarantee, the Bank Guarantee
must be encashable at Burla / Sambalpur.
5.0 SCHEDULE OF REQUIREMENTS:
Bidder may quote for the entire quantum of works package wise specified in the
tender schedule.
6.0 QUALIFICATION OF BIDDERS:
6.1 Financial Criteria for qualification: The minimum average annual turnover of the HT Electrical Contractor should not be
less than 50% of the estimated value of all the package(s) quoted by the bidder(s) in the Electrification works in any financial year during best three years out of immediate past 5 financial years. In case the Bidder is in existence for less than three financial
years, the average annual turnover shall be sum of turnover in the completed no. of financial years divided by no. of years for which the bidder is in existence for the
purpose of meeting the above criteria. Turnover of the entity only (excluding its sister concerns) shall be considered for arriving at Annual Turnover.
NB:
6.1.1 Bidders participating multiple packages must meet the sum of minimum turn over requirements of each package as indicated above. Accordingly bidders must
furnish self attested audited Annual Accounts of past 3 best financial year/5 years to establish their Turnover requirement.
6.2 Technical Criteria for qualification:
“The bidder must have executed 1 KM 11 KV line or above capacity during the last
five financial years preceding to the year of tender notification and should have successful operation of minimum period of one year. Bidder must enclose copies of
the relevant work orders along with client certified copies of Performance Certificates.
7.0 WESCO Utility reserves the right to waive minor deviation, if they do not materially affect the capacity of the bidder to perform the contract.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 8 ~ Signature of Bidder with Seal
8.0 WORK COMPLETION PERIOD:
Work completion period for the complete project: 180 Days
9.0 Bid documents can be downloaded from the website namely: wescoodisha.com. The bid documents filled in all respects should be accompanied with the following documents in
a sealed cover envelops clearly “Super scribing, Tender Call Notice No., Name of the package/packages, Dtd. of opening”.
10.0 The cost of Tender Paper as indicated above should be deposited in shape of Bank Draft drawn on any scheduled Bank in favour of Administrator WESCO Utility payable at
Burla/Sambalpur. 11.0 The E.M.D. for each package as mentioned in „SCHEDULE OF WORKS
TENDERED‟ should be deposited in shape of Bank Draft drawn on any scheduled
Bank in favour of Administrator WESCO Utility payable at Burla / Sambalpur. The
E.M.D. of unsuccessful tenderers will be refunded soon after finalization of the tender.
12.0 Bid documents will be received at WESCO Utility, Works & Planning Department, Head Quarter Office, Burla, Dist: Sambalpur on or before 17.06.2020 at 13.00 hrs. The
“Technical and Commercial Bid” will be opened on 17.06.2020 at 16.00 hrs. in the presence of the bidders/ or his authorized representatives.
13.0 The Date & time for opening of “Price Bid” will be intimated latter on. The price bid of bidders who are successfully qualified on “Techno-Commercial” evaluation shall only
be opened. The price bid shall be opened in presence of the bidders/ or his authorized representatives.
14.0 Bidders are required to quote the rates in words and figures and put their signatures
below every page and also sign every corrections made in the bid documents. No over-writing will be entertained.
15.0 The intending tenderers / applicants may verify the scope of the work from the Office of the Concern Executive Engineer or Works and Planning Department, WESCO, Burla in
any working day between 10:00 AM to 05:00 PM. The last date of receipt of tender/application by the Works and Planning Department, WESCO, Burla, is on Dt.
17.06.2020 up to 13:00 Hour and tender received beyond the stipulated period will not be taken into consideration.
16.0 In the event of any specified date for the sale, submission or opening of bids being declared as holiday. The bids will be sold/received/opened up at the appointed time on
the next working day. The undersigned reserves every right to accept or reject any or all the tenders without assigning any reason thereof and the authority reserves the right to
negotiate with the L1 bidder only. 17.0 Within 15 days of issue of the Work Order or Letter of Award, whichever is earlier,
the Contractor shall submit Contract Performance Bank Guarantee issued by a
scheduled Bank, in favour of the Owner, covering 10% of the total value of the work order.
18.0 DOCUMENTATION: 18.1 Bidder shall furnish copies of original documents defining the constitution or legal
status, place of registration and principal place of business namely of Memorandum and
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 9 ~ Signature of Bidder with Seal
Article of Association.
18.2 Written power of attorney / Board Resolution of the authorized signatory of the bid. 18.3 Bidders shall submit their audited financial reports for best three financial years out of
last five years. In case the Bidder is in existence for less than 5 years the audited financial report/s from the date of its incorporation should be furnished.
18.4 Photocopy of valid HT Electrical License confirming to scope of work mentioned in the Technical Bid.
18.5 Copy of PAN Card. 18.6 Copy of acknowledgement of Income Tax Return for last three financial years or such
no. of years for which the firm is in existence. 18.7 Copy of Audited Financial statements of any 03 years out of last five financial years
excluding the financial year in which the tender is floated. 18.8 TIN Registration Certificate and Goods & Service Tax (G.S.T.) Registration Certificate.
18.9 Photocopy of EPF and Labour License. The successful bidder shall submit Labour License of the concerned district within 15 days from issue of LOI.
18.10 Photocopy of Experience Certificate with abstract as per prescribed format, if any
relating to this type of work. 18.11 The bidders registered in other States, are to produce “Non-assessment Certificate”
from the Sale Tax Commissioner Odisha. 18.12 Photocopy of ESI registration certificate.
18.13 Bidder shall submit Turnover Certificate from a certified Chartered Accountant for the last three financial years. The bidder should submit the proof of the experience
certificate confirming to the criteria mentioned under clause No.: 2.
19.0 All correspondence with regard to the above shall be made to the following address:
WESCO UTILITY Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha
Phone: (0663)2431297, Facsimile: (0663) 2432115 E-Mail: [email protected], Web site: www.wescoodisha.com
DEPARTMENT OF WORKS & PLANNING Head Quarter Office (EAST BUILDING), Burla-768017
E-Mail: [email protected]
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 10 ~ Signature of Bidder with Seal
SECTION – II
GENERAL TERMS AND CONDITIONS OF
CONTRACT (GTCC)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 11 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST Building), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/20-21/02 Date: 21.05.2020
GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC)
for
“Shifting of 33 KV, 11 KV & LT line with Distribution Sub-station and
conversion of over head line to underground system at different
locations under SED, Sonepur due to construction of new Khordha –
Balangir railway line on Semi-Turnkey basis under DEPOSIT scheme”
(COMPETITIVE BIDDING)
SECTION: II
1.0 GENERAL INSTRUCTIONS: 1.1 All the Bids shall be prepared and submitted in accordance with these instructions. 1.2 Bidder shall bear all costs associated with the preparation and delivery of its Bid and
the Employer will in no case shall be responsible or liable for these costs. 1.3 The Bid should be submitted by the Bidder in whose name the bid document has
been issued and under no circumstances it shall be transferred / sold to the other party. 1.4 The Employer reserves the right to request for any additional information and also
reserves the right to reject the proposal of any Bidder, if in the opinion of the Owner, the data in support of Tender requirement is incomplete.
1.5 The Bidder is expected to examine all instructions, forms, terms & conditions and specifications in the Bid Documents. Failure to furnish all information required in the
Bid Documents or Submission of a Bid not substantially responsive to the Bid Documents in every respect may result in rejection of the Bid. However, the
Purchaser‟s decision in regard to the responsiveness and rejection of bids shall be final and binding without any obligation, financial or otherwise, on the Purchaser.
2.0 GENERAL INFORMATION: Administrator, WESCO Utility hereinafter referred to as the “Employer / Owner” is
desirous for Shifting of 33 KV, 11 KV & LT line with Distribution Sub-station and conversion of over head line to underground system at different locations under SED,
Sonepur due to construction of new Khordha – Balangir railway line on Semi-Turnkey basis under DEPOSIT scheme.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 12 ~ Signature of Bidder with Seal
WESCO Utility will supply the following materials:
2.1 55 mm sq AAAC
2.2 100 mm sq AAAC 2.3 8 mtr. Long 150 x 150 mm RS Joist Pole (30.6 Kg./mtr.)
2.4 9 mtr. long 150 x 150 mm RS Joist Pole (34.6 Kg./mtr.) 2.5 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)
2.6 New 25 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS Level II & BEE Star 1
3.0 DEFINITION OF TERMS:
3.1 Administrator, WESCO Utility shall mean the “EMPLOYER / OWNER” and shall include its legal representatives, successors and assigns on whose behalf this bid
enquiry is issued by its authorized representative / officers. 3.2 The „Contract‟ means the agreement entered into between the Owner and the
Contractor as per the Contract Agreement signed by the parties, including all
attachments and appendices there to and all documents incorporated by reference therein.
3.3 „Contractor‟ shall mean the bidder whose bid will be accepted by the Owner for the award of the Works and shall include such successful Bidder‟s legal representatives,
successors and permitted assigns. 3.4 „Sub-Contractor‟ shall mean the person named in the Contract for any part of the
works or any person to whom any part of the Contract has been sublet by the contractor with the consent in writing of the Owner and will include the legal
representatives, successors and permitted assigns of such person. 3.5 „Engineer in Charge‟ shall mean the officer appointed in writing by the Owner to act
as Engineer from time to time for the purpose of the execution of Contract on behalf of owner.
3.6 „Specifications‟ shall mean the specifications and Bidding Document forming a part
of the Contract and such other schedules and drawings as may be mutually agreed upon.
3.7 „Site‟ shall mean and include the land and other places on, into or through which the works and the related facilities are to be erected or installed and any adjacent land,
paths, street or reservoir which may be allocated or used by the Owner or Contractor in the performance of the Contract.
3.8 „Inspector‟ shall mean the Purchaser or any person nominated by the Owner from time to time to inspect the equipment, stores or Works under the Contract and/or the
duly authorized representative of the Owner. 3.9 „Notice of Award of Contract‟/ „Letter of Award‟ shall mean the official notice
issued by the Owner notifying the Contractor that his bid has been accepted. 3.10 „Date of Contract‟ shall mean the date on which notice of Award of Contract/ Letter
of Award has been issued. 3.11 „Performance and Guarantee Tests‟ shall mean all operational checks and tests
required to determine and demonstrate capacity, efficiency, and operating characteristics
as specified in the Contract Documents.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 13 ~ Signature of Bidder with Seal
3.12 The term „Final Acceptance‟/ „Taking Over‟ shall mean the Owner‟s written
acceptance of the works performed under the Contract, after successful commissioning/ completion of Performance and Guarantee Tests, as specified in the accompanying
Technical Specifications or otherwise agreed in the contract. 3.13 „Commercial Operation‟ shall mean the condition of operation in which the
complete equipment covered under the Contract is officially declared by the Owner to be available for continuous operation at different loads up to and including rated
capacity. Such declaration by the Owner, however, shall not relieve or prejudice the Contractor of any of his obligations under the Contract.
3.14 Words pertaining “PERSON” shall include firms, body corporate including companies, corporations and associations or bodies of individuals whether incorporated or not.
3.15 Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of goods Act (1930) failing that in the Indian
Contract Act (1872) and failing that in the General Clauses Act (1897) including amendments thereof, if any.
3.16 In addition to the above, the following definition shall also apply:
3.16.1 „All equipment and materials‟ to be supplied shall also mean „Goods‟
3.16.2 „Constructed‟ shall also mean erected and installed. 3.16.3 „Contract Performance Guarantee‟ shall also mean „Contract Performance
Security‟. 3.16.4 “WESCO” wherever mentioned shall always mean “Administrator WESCO
Utility”.
4.0 SUBMISSION OF TENDER: 4.1 Sealed tenders in Two parts, each complete in all respects in the manner hereinafter
specified are to be submitted at Works Department, Head Quarter Office, WESCO, BURLA, SAMBALPUR-768017 on or before the date and time specified in the notice inviting the tenders. The bids shall be submitted in separate double sealed envelopes
superscripted on covers the tender specification number and the due date of opening of the bids on the right hand top side of the envelop.
4.2 The tenders are required to be submitted in Two Parts each in separate double sealed covers.
4.2.1 Part - I: Superscribed as “Technical and commercial bid” shall contain Cost of Bid
Documents, Techno commercial documents and EMD. 4.2.2 Part - II, Superscribed as “Price Bid, Name of Work, Tender No. & Date, Package
Name”. The Part - II should contain Price bid only Package wise” (hard copy and soft copy in Pen Drive).
4.3 Fax and Telegraphic tenders shall not be accepted.
4.4 Receipt of bids/ revised bids after the cut off time and date as specified in the Tender specification shall not be permitted and such bids shall be rejected outright. The Owner shall not be responsible for any delay in transit in post / courier etc. in this
regard.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 14 ~ Signature of Bidder with Seal
5.0 SCOPE OF WORK:
The detailed scope of the work shall include:
5.1 The package wise scope of work mentioned in the tender is tentative in nature. Therefore, after award of the work, the executing agency is required to conduct a joint
survey mentioning location wise for the actual scope of work with concerned WESCO Officials along with concern Railway authorities. The final scope so determined after
the joint survey is required to be approved by the competent authority of Head Quarter Office, WESCO Utility, Burla. The successful bidder can procure the materials
after the approval and after observing required formalities as per tender specification.
5.2 Detailed survey for location for erection of intermediate poles in LT & HT line
including drilling, SLD, route map & BOQ. Length & type of poles required to be specifically accounted in BOQ. The same shall be joint s igned by concern Railway authority & WESCO authority location wise without levy any
extra financial burden to WESCO.
5.3 Complete manufacture, including shop testing & supply of materials from the approved manufacturers (materials which are to be supplied by the bidder) on prior
approval of the owner. 5.4 Providing Engineering drawing, data, operational manual, etc wherever applicable for
the Owner‟s approval. 5.5 Packing and transportation from the manufacturer‟s works to the site and from
WESCO Store to site without levy any extra financial burden to WESCO. 5.6 Receipt, storage, preservation and conservation of equipment at the site without levy
any extra financial burden to WESCO. 5.7 Pre-assembly, if any, erection testing and commissioning of all the equipment. 5.8 Reliability tests and performance and guarantee tests on completion of commissioning.
5.9 Loading, unloading and transportation as required at manufacturer‟s end, at site and in WESCO store without levy any extra financial burden to WESCO.
5.10 Erection of equipment including civil works without levy any extra financial burden to WESCO.
5.11 Erection of lines of specified voltage.
5.12 Testing, Commissioning of Sub-stations and lines / installations without levy any extra financial burden to WESCO.
5.13 Getting the works inspected by Electrical Inspector/Railway after completion of work.
5.14 Transportation and transit insurance of all free issue materials to be supplied from Owner‟s nearest stores to site and as well as all other required materials (under the
scope of supply by bidder) from supplier‟s premises to work site, construction of new electrical / civil structures or erection of intermediate poles etc. without levy any extra financial burden to WESCO.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 15 ~ Signature of Bidder with Seal
5.15 Dismantling of existing electrical structures and return of these dismantled items at the
Owner‟s stores including unloading, safe custody of the items and return of unused Owner‟s supplied materials to the Owner‟s stores without levy any extra financial
burden to WESCO. 5.16 Clearance from Govt. authority, Forest Authority & Railway Authority if any. The
required statutory payments towards Govt. authority, Forest Authority, Electrical Inspectorate & Railway Authority to be paid by WESCO Utility on submission of
authenticated / approved documents. 5.17 Rectify any damage occur during execution to its original position.
5.18 Provide other miscellaneous materials required as per site condition to execute the work in complete manner.
5.19 Erection of equipment including civil works. 5.20 Before starting of work necessary approval regarding single line Diagram, Forest /
Railway clearance is to be taken from the Forest Authority / Railway Authority / Govt. of Odisha by the contractor without levy any extra financial burden to WESCO.
5.21 It is the responsibility of the executant contractor to obtain the clearance location
from concern Railway Authority prior to execution of work, where work to be carried out.
6.0 VALIDITY:
The offer shall be valid for a period not less than 180 days from the date of bid opening.
7.0 PRICE:
Bidders are required to quote firm price as per the prescribed format. The quoted price shall be firm and inclusive of all taxes, duties, freight & insurance and
other levies, if any. Owner shall not be liable to pay anything extra over and above the quoted price.
8.0 RECEIPT AND OPENING OF THE BID: 8.1 Bids as described under clause 4.0 shall be received in the office of the Owner and
shall be opened on the scheduled date and time. The Owner‟s authorized representatives shall open bids in the presence of Bidders‟ representatives on the date and time for
opening of bids as specified in the Invitation to Bid or in case any extension has been given thereto, on the extended bid opening date and time notified.
8.2 Only one representative for each bidder shall be allowed to witness the opening of bids. The representative must produce suitable authorization in this regard to be
eligible to witness the bid opening on behalf of the bidder. Bidders‟ representatives who are present shall sign in a register evidencing their attendance.
8.3 The Bidder‟s name, bid prices, modifications, bid withdrawals and the presence or absence of the requisite bid guarantee and such other details as the Owner, at its
discretion, may consider appropriate will be announced at the opening. No electronic recording devices will be permitted during bid opening.
8.4 Information relating to the examination, clarification, evaluation and comparison of
Bids and recommendations for the award of a contract shall not be disclosed to Bidders
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 16 ~ Signature of Bidder with Seal
or any other persons not officially concerned with such process. Any effort by a Bidder
to influence the Owner‟s processing of Bids or award decisions may result in the rejection of the Bidder's Bid.
9.0 EVALUATION OF BIDS & AWARD OF CONTRACT:
9.1 To assist in the examination, evaluation and comparison of Bids, the Owner may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for
clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.
9.2 Owner will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished,
whether the documents have been properly signed, and whether the Bids are generally in order.
9.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item
will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total
Amount will be corrected. 9.4 Prior to the detailed evaluation, Owner will determine the substantial responsiveness
of each Bid to the Bidding Documents including production capability and acceptable quality of the Goods offered. A substantially responsive Bid is one, which conforms to
all the terms and conditions of the Bidding Documents without material deviation. 9.5 The Owner‟s evaluation of a Bid will take into account in addition to the Bid price, the
following factors in the manner and to the extent indicated in this Clause:
9.5.1 Work Schedule 9.5.2 Deviations from Bidding Documents
9.6 The Owner will award the Contract to the successful Bidder whose Bid has been determined to be the lowest evaluated responsive Bid, when the lowest bidders is not
ready and/or express their inability to undertake the entire work envisaged, then the Owner may explore the possibility of the execution of works through other bidders if
they are willing to execute at L1 negotiated final rate. Such exploration shall be carried
out in a sequential order starting with L2 bidder then with L3 bidder and so on. 9.7 In case of omission of any item in the price bid or the price for the item has not
been quoted by the firm, then zero cost shall be loaded to the bid and the contract shall be awarded with zero cost that means the firm will have to bear the cost of that item
entirely as the item price shall be considered as inclusive anywhere in other items. The bidder shall have to give an undertaking to the effect that prices for any item not
quoted shall be treated as free supply or to be done free of cost. 9.8 In case of different price quoted for the supply of same material for different works, the
lowest price quoted shall be considered for supply of the material for all the works of the project.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 17 ~ Signature of Bidder with Seal
10.0 EARNEST MONEY DEPOSIT (EMD):
10.1 The Tender must be accompanied by Earnest Money Deposit as described in the Tender Notice (Package wise) in shape of Bank Guarantee issued by a Scheduled
Bank (valid for 180 days beyond the validity of bid) only and en-cashable at Burla/ Sambalpur or in shape of Demand Draft drawn on any scheduled bank in favour of
“Administrator WESCO Utility” payable at Burla/Sambalpur. Bids without EMD deposit will be rejected out rightly. The Bank Guarantee for EMD shall be strictly as per
the format (Annexure – XIII (A)) prescribed by the Owner. In case of any deficiency such as the ownership of the security bond (other than the issuing bank), deviation from
the approved format, absence of signature of witness etc. found in the EMD Bank Guarantee, the same shall be liable for rejection upfront. The bidder will not be given
any chance to rectify the same.
NB: The validity of EMD BG shall be minimum for 30 days over and above the validity of the tender (180 days), i.e., 210 days from the date of opening of the tender.
10.2 No adjustment of any previous deposit or any amount payable from Purchaser shall
be entertained for EMD. EMD amount so submitted shall not carry any interest payable to the bidder.
10.3 The Earnest Money so deposited shall be forfeited:
10.3.1 If the Bidder:
10.3.1.1 Withdraws its bid during the period of bid validity specified by the Bidder in the
Bid Form 10.3.2 In the case of a successful Bidder, if the Bidder fails:
10.3.2.1 To sign the Contract
or 10.3.2.2 To furnish the required Contract Performance Bank Guarantee
10.4 The EMD of unsuccessful bidders shall be returned within 30 days from the date of
finalization of the order.
11.0 OWNER‟S RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD:
11.1 The scope mentioned in the tender is tentative in nature. Only after joint survey made and certified by the executant contractor, concern WESCO Officials and concern Forest
Authorities location wise with longitude & latitude, the final scope may be determined.
11.2 After the joint survey, the achieved scope and / or during execution of contract, Owner reserve the right to increase or decrease the quantity of goods and services specified in
the Schedule of Requirement up to 20% of the tender quantity without any change in price or other terms and conditions.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 18 ~ Signature of Bidder with Seal
12.0 INSPECTION AND TESTING:
12.1 All the materials shall be inspected by the Owner or any authorized representative (including Third Part Inspection Authority) of the Owner as per relevant ISS at the
Contractor‟s or its Sub-Vendors manufacturing works. They shall give the advance notice in writing about the place of Inspection and or testing at least 15 days before the
schedule date on which the materials will be ready for Inspection & Testing. In this regard, the discretion of inspection shall be with the owner.
12.2 The Engineer-in-charge shall be entitled at all reasonable times during manufacture
/ installation to inspect examine and test the materials at the contractor‟s premises / erection site about workmanship of the materials to be supplied under this contract. If
the said materials are being manufactured in other premises, the contractor shall provide unhindered clearance, giving full rights to the purchaser to inspect, examine and test as
if the materials were being manufactured in his premises. Such inspection / examination and testing shall not relieve the contractor of his obligations to execute the contract by letter and spirit. The contractor shall give the purchaser advance notice in
writing of the Date and the Place at which the materials will be ready for inspection & testing. The inspecting officer‟s coordinating office for the entire work shall be the
Owner‟s authorized representative.
13.0 COMPLETION & COMPLETENESS OF THE EQUIPMENT: 13.1 Time being the essence of the contract, the work shall be completed as per tender
schedule. The item of work in Package wise shall be completed within maximum 60 days. The exact period will be intimated before LOA / Work Order whichever is earlier
according to quantum of work.
13.2 The work shall be treated as complete item wise when each item shall be complete in all respects with all mountings, fixtures and standard accessories which are normally supplied even though not specifically detailed in the specification. No
extra payment shall be payable for such mounting, fittings, fixtures and accessories which are needed for safe operations of the equipment as required by applicable code of
the country though this might not have specifically been included in the contract. 13.3 All similar components and/or parts of similar equipment supplied shall be inter-
changeable with one another. All equipment supplied under this contract shall be subject to Owner‟s approval.
13.4 Owner however reserves the right to re-schedule the completion period, if required.
14.0 REJECTION OF MATERIALS: In the event of the materials supplied by the contractor and/or the installation works are
found to be defective in quality and the workmanship is poor or otherwise not in conformity with the requirements of the contract specification, Owner shall reject
such materials / services and ask the contractor in writing to replace / rectify the defects. The contractor on receipt of such notification shall rectify or replace the defective materials and/or re-install the work already executed, free of cost to the
Owner. If the contactor fails to do so the Purchaser may at his option take the following
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 19 ~ Signature of Bidder with Seal
actions which could be on concurrent basis.
14.1 Replace or rectify such defective materials and recover the extra cost so involved plus
25% from the Contractor. 14.2 Terminate the contract for balance supply and erection with enforcement of penalty as
per contract. 14.3 Acquire the defective materials at reduced price considered acceptable under the
circumstances. 14.4 Forfeit the Contract Performance Bank Guarantee.
15.0 DEVIATION FROM SPECIFICATION:
The bidders are requested to study the specification and the attached drawings thoroughly before tendering so that if they make any deviations, the same are
prominently brought on a separate sheet under the headings “Deviations”. All such deviations to the technical & commercial terms of the specification shall be indicated in a separate list as indicated above. In absence of such deviation schedule, it will be
presumed that the bidder has accepted all the conditions stipulated in the tender specification, not withstanding any deviations mentioned elsewhere in the Bid.
However the acceptance of deviation is not binding on the Owner.
In case of inconsistency between technical specification (TS) & bid proposal sheet, (BPS) quantities of various items as specified in the bid proposal sheet shall be
considered for quoting. However the work shall be executed as specified in the technical specification. Only brief description is given in the BPS & the work shall
be executed in line with the requirement given in the TS.
16.0 CONTRACTOR TO INFORM HIMSELF FULLY: The contractor shall examine the instructions, general conditions of the contract, specifications and the schedule of quantity and delivery to satisfy himself as to all the
terms and conditions and circumstances affecting the contract price. He shall quote prices according to his own judgment and shall understand that no additional cost except
as quoted shall only be considered.
17.0 PATENT RIGHT: The contractor shall indemnify the Owner against all claims, actions, suits and
proceedings for the alleged infringement any patent design or copy right protected either in country of origin or in India by the use of any equipment supplied by the contractor
but such indemnity shall not cover any use of the equipment other than for the purpose indicated by or reasonable to be informed from the specification.
18.0 GUARANTEE PERIOD:
18.1 The materials to be supplied by the contractor if any shall be expressly guaranteed for satisfactory operation against defects in design and workmanship for a period of 24 months from the date of handing over the completed installations for
commercial operation at required voltage level.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 20 ~ Signature of Bidder with Seal
18.2 The above guarantee certificate shall be furnished in triplicate to the Owner by the
contractor for their approval. Any defects noticed during the above period shall be rectified by the Contractor free of cost to the Utility provided such defects are due to
faulty design, bad workmanship or bad materials used on receipt of written notice from the Owner. The Contractor as notified by the Owner shall rectify any such defects
within one month failing which the Owner will set right the defects through other agency and recover the cost so incurred either from any pending Invoices or Bank
Guarantee.
19.0 PENALTY FOR DELAY IN COMPLETION OF CONTRACT: 19.1 If the contractor fails to complete the works by the scheduled period or any
extension granted thereby, the contractor shall be liable for payment of penalty amounting to 0.5% (half percent) of the contract price per week of un-finished
works subject to the maximum of 5% (five percent) of the total contract price and subject to force majeure conditions. After receipt of LOA, the Contractor shall sign a contract agreement with the Owner within 15 days along with the detail work plan
through PERT chart/BAR chart. The penalty for liquidated damage as mentioned above will be levied if any deviation to be schedule on any item of work due to the fault of the
contractor is observed. 19.2 Penalty amount can be realized from the proceeds of the Contract Performance
Bank Guarantee, if the situation so warrants. 19.3 Extension of delivery period could be with / without levy of penalty with the discretion
of the Owner.
20.0 RIGHT OF WAY: Right of way issues, if any, arising during execution of the works shall have no
liability on the Owner. These issues shall be settled at the sole discretion of the Contractor. The Owner shall however extend all possible help to the Contractor including discussion with the local authorities for early resolution of these issues.
21.0 CONTRACTOR‟S DEFAULT:
21.1 If the Contractor neglects to execute the works with due diligence and expedition or refuses or neglects to comply with any reasonable order given to him, in writing by
the Engineer in connection with the works or contravenes the provisions or the contract, the Owner may give notice in writing to the Contractor to make good the failure, neglect
or contravention complained of. Should the Contractor fail to comply with the notice within thirty (30) days from the date of serving the notice, the Owner shall be at
liberty to employ other workmen and forthwith execute such part of the works as the contractor may have neglected to do or if the Owner thinks fit, without prejudice to any
other right, he may have under the Contract to take the work wholly or in part out of the Contractor‟s hands and re-contract with any other person or persons to complete the
works or any part thereof and in that event the Owner shall have free use of all Contractor‟s equipment that may have been at the time on the Site in connection with the works without being responsible to the Contractor for wear and tear thereof and to
the exclusion of any right of the Contractor over the same, and the Owner shall be
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 21 ~ Signature of Bidder with Seal
entitled to retain and apply any balance which may otherwise be due on the Contract
by him to the Contractor, or such part thereof as may be necessary, to the payment of the cost of executing the said part of works or of completing the works as the case may
be. If the cost of completing of works or executing part thereof as aforesaid shall exceed the balance due to the Contractor, the Contractor shall pay such excess.
Such payment of excess amount shall be independent of the liquidated damages for delay which the Contractor shall have to pay if the completion of works is delayed.
21.2 In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his liability to pay liquidated damages for delay in completion of works.
21.3 Such action by the Owner as aforesaid the termination of the Contract under this clause shall not entitle the Contractor to reduce the value of the Contract Performance
Guarantee nor the time thereof. The Contract Performance Guarantee shall be valid for the full value and for the full period of the Contract including guarantee.
22.0 TERMINATION OF CONTRACT ON OWNER‟S INITIATIVE: 22.1 Owner reserves the right to terminate the Contract either in part or in full due to
reasons other than those mentioned under clause entitled „Contractor‟s Default‟. The Owner shall in such an event give fifteen (15) days notice in writing to the Contractor
of his decision to do so. 22.2 The Contractor upon receipt of such notice shall discontinue the work on the date and
to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and Contracts to the extent they related to the work terminated and terms
satisfactory or the Owner, stop all further sub-contracting or purchasing activity related to the work terminated, and assist Owner in maintenance, protection, and disposition of
the works acquired under the Contract by the Purchaser. In the event of such a termination the Contractor shall be paid compensation, equitable and reasonable,
dictated by the circumstance prevalent at the time of termination to be determined by the arbitrator without stopping the work but to carry out the left over work to other agency.
22.3 If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies and if the Contractor is a partnership concern and one of the partners dies
then unless the Owner is satisfied that the legal representatives of the individual Contractor or of the proprietor of the propriety concern and in the case of partnership,
the surviving partners, are capable of carrying out and in the case of partnership, the surviving partners, are capable of carrying out and completing the Contract the
Owner shall be entitled to cancel the Contract as to its uncompleted part without being in any way liable to payment of any compensation to the estate of deceased
Contractor and /or to the surviving partners of the Contractor‟s firm on account of the cancellation of the contract. The decision of the Owner that the legal representatives of
the deceased Contractor or surviving partners of the Contractor‟s firm cannot carry out and complete the contract shall be final and binding on the parties. In the event of such
cancellation the Owner shall not hold the estate of the deceased Contractor and/ or the surviving partners of the Contractor‟s firm liable to damages for not completing the Contract.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 22 ~ Signature of Bidder with Seal
23.0 FORCE MAJEURE:
The Contractor shall not be liable for any penalty for delay or for failure to perform the contract for reasons of Force Majeure such as “acts of God, acts of the Public enemy,
acts of Govt., Fires, Flood, Epidemics, Quarantine restrictions, Strikes, Freight Embargos and provided that the Contractor shall within ten (10) days from the
beginning of such delay notify the Owner in writing of the cause of delay. The Owner shall verify the facts and grant extension as facts justify.
24.0 EXTENSION OF TIME:
If the delivery of the equipments / materials is delayed due to reasons beyond the control of the Contractor, the Contractor shall immediately inform within 3 days to the
Owner in writing of his claim for an extension of time. The Owner on receipt of such notice may agree to extend the contract period as may be reasonable but without
prejudice to other terms & conditions of the contract. 25.0 SAFETY PRECAUTIONS:
The agency shall observe all applicable regulations regarding safety at the Site. Any compensation due on account of accident at site shall be to the contractor‟s account.
26.0 STORE:
Storing of materials from supply to erection shall be arranged by the contractor at his own cost. No compensation shall be made by the Owner for any damage or loss of
materials during storing, transit transportation and at the time of erection.
27.0 INSURANCE: 27.1 Contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall
submit the copy of the same to the Owner. The policy shall initially remain valid for a period of sixty days over & above of the contractual guarantee period and shall be extended as required till handing over. Contractor shall be responsible for lodging of
claim with the insurer as well as for all required follow up with the insurer for settlement of claim in Case of loss / damage / theft of material during transit / storage / erection till
the completed works is handed over to the purchaser and is accepted by the authorized representative of the purchaser in writing.
27.2 Contractor shall also arrange adequate cover for his employees / labours engaged in the works as well as arrange third party insurance cover to indemnify any possible
damages to public at large not connected with the works process. Any claim(s) pertaining to this shall be the responsibility of the Contractor. The contractor shall
undertake free replacement of the materials damaged or lost during transit, which will be intimated by the Consignee within 30 days of receipt of the materials at
Owner‟s stores.
28.0 ENGINEER-IN-CHARGE: Authorized Engineer of the Owner in writing shall be the Engineer-in-Charge for the Project.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 23 ~ Signature of Bidder with Seal
29.0 CONTRACT PERFORMANCE BANK GUARANTEE:
29.1 Within 15 days of issue of the Work Order or Letter of Award, whichever is earlier, the Contractor shall submit Contract Performance Bank Guarantee issued by a
scheduled Bank, in favour of the Owner, covering 10% of the total value of the work order.
29.2 The said Bank Guarantee shall be prepared in the prescribed proforma. The Bank
Guarantee furnished shall be executed on Non- judicial Stamp paper worth of Rs 100/- (Rupees Hundred only), purchased in the name of the issuing bank, as per the prevalent
rules. The Bank Guarantee so provided shall be encashable on the Burla / Sambalpur branch of the issuing Bank.
29.3 The Contract Performance Bank Guarantee shall remain valid for a period not less
than 90 days over and above the guarantee period, basing on stipulated completion period in the W.O. or LOA towards security and acceptance thereof, failing which the
work order or LOA will be liable for cancellation without any further notice with forfeiture of E.M.D.
29.4 No interest shall be allowed by the Owner on the above Performance Security Deposit.
29.5 Additional performance security shall be deposited by the successful bidder when
the bid amount is less than the estimated cost put to the tender. In such an event,
the successful L1 Bidder will deposit an amount equal to the extent of exact differential cost, i.e., Estimated Cost put to the tender minus The quoted amount,
as additional performance security (APS) in shape of Demand Draft drawn in any scheduled bank in favour of “The Administrator, WESCO Utility” payable at
Burla / Sambalpur. The successful bidder shall deposit Additional Performance Security within 7 days from issue of LOI or Work Order, whichever is earlier.
Otherwise, the bid of the successful L1 bidder shall be cancelled and EMD / Security Deposit shall be forfeited with initiation of black listing procedure against
the bidder with intimation to other Utilities, OPTCL and Dept. of Energy, GoO.
29.6 Additional performance security shall be released on successful completion of works and after 90 days over and above the guarantee period.
29.7 No interest shall be allowed by the Owner on the above Additional performance security Deposit.
30.0 TERMS OF PAYMENT:
30.1 80% (Eighty percent) of contract price on pro-rata basis along with taxes and duties shall be paid progressively after completion of the total work Package wise and certified
by the Jr. Manager, Asst. Manager/SDO/EE concerned against each calendar month by first week of the succeeding months along with utilization certificate. No payment
shall be released if the accounts for utilization of materials unless follow with proper certification by the concerned Jr. Manager, Asst. Manager/SDO/EE within 30 days of
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 24 ~ Signature of Bidder with Seal
submission of claim subject to certification by Owner‟s Engineer-in-charge on the basis
of check points involved in such items of work.
30.2 Balance 20% (twenty percent) of contract price shall be paid after completion of all works, envisaged under this package including any additions and alterations, testing &
commissioning, return of dismantled materials/ un-used free supply material, taking over certificate and entire stretch is fully ready for commercial operation. The payments
shall be subjected to clearance from electrical inspectorate.
30.3 The final payment will be made as per actual quantity of materials work done & compliance of statutory documents.
31.0 PAYING OFFICER:
D.D.O, WESCO Utility, Head Quarter, Burla.
32.0 OWNER‟S RIGHTS:
The Owner reserves the right to accept any bid or reject any or all bids or cancel / withdraw invitation of bid or to vary the quantity for placement of order
without assigning any reason to such decision. Such decision by the Owner shall bear no liability.
33.0 DISTINCT MARK ON EQUIPMENT AND MATERIALS:
All the accessories shall have distinct mark of „WESCO Utility‟ either by way of punching on metal part(s) and/or in built during casting and painting on insulation cover
of Cable as per common practice. This should be clearly visible in day light in naked eye.
34.0 DISPUTE RESOLUTION AND JURISDICTION:
All disputes shall be subjected to exclusive jurisdiction of the Courts at
Sambalpur and the writ jurisdiction of Hon‟ble High Court of Orissa at Cuttack.
35.0 TRANSFER AND SUB-LETTING: The Contractor shall not sublet, transfer, assign or otherwise part with the Contract
or any part thereof, either directly or indirectly, without prior written permission of Owner.
36.0 FREE ISSUE OF MATERIALS:
36.1 Owner shall issue the following materials for execution of work:
36.1.1 55 mm sq AAAC 36.1.2 100 mm sq AAAC
36.1.3 8 mtr. Long 150 x 150 mm RS Joist Pole (30.6 Kg./mtr.) 36.1.4 9 mtr. long 150 x 150 mm RS Joist Pole (34.6 Kg./mtr.) 36.1.5 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)
36.1.6 New 25 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 25 ~ Signature of Bidder with Seal
Level II & BEE Star 1
36.2 The Contractor‟s scope of supply is as follows:
Sl. No. Material
1 50 x 6 mm GI Flat for Earthing
2 Padding and concreting materials for support
3 100 x 50 x 6 mm MS Channel (9.2 Kg./mtr.)
4 75 x 40 x 6 mm MS Channel (6.8 Kg./mtr.)
5 50 x 50 x 6 mm MS Angel (4.5 Kg./mtr.)
6 Porcelain type 90 KN Disc Insulator (B&S Type)
7 3 bolted 90 KN Galvanised H/W Fitting (B&S Type)
8 33 KV Porcelain type Pin Insulator
9 33 KV GI Pin
10 11 KV Porcelain Pin Insulator
11 11 KV G.I. Pin
12 33 KV V- Cross Arm (MS) (22 Kg. each)
13 Back Clamp for 33 KV 'V' Cross Arm (2.4 Kg.)
14 33 KV "F" Clamp 4.98 Kg. each
15 11 KV V- Cross Arm (MS) (10.2 Kg. each)
16 Back Clamp for 11 KV 'V' Cross Arm (1.7 Kg.)
17 11 KV "F" Clamp 2.9 Kg. each
18 Earthing of Support (Coil type)
19 40 mm Dia medium gauge 3 mtr. Long G.I. Pipe Earthing
20 Material for masonary work for earth pit with RCC Chamber and RCC Cover Plate
21 Charcoal, Salt etc. for earthing
22 20 mm dia H.T. Stay Set Complete
23 H.T. Stay Clamp (1.9 Kg. / Pair)
24 H.T. Stay Insulator
25 7/8 SWG G.I. Stay wire
26 7/10 SWG G.I. Stay wire
27 Concrete material for Stay Anchor Plate
28 16 mm dia H.T. Stay Set Complete
29 L.T. Stay Clamp (1.4 Kg. / Pair)
30 L.T. Stay Insulator (110 x 75 mm)
31 7/12 SWG G.I. Stay wire
32 Pole Clamp for ABC
33 Eye Hook for ABC
34 Suspension Clamp
35 DEAD End Clamp for ABC
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 26 ~ Signature of Bidder with Seal
36 95 mm sq (3x95+1x70+1x16) ABC
37 Neutral Connector Type: B
38 Piercing Connector Type A
39 Service Connection Distribution Box 10 Way with MCB
40 Dismantling of existing LT Line and return to designated WESCO store
41 33 KV 3 Core 400 mm sq XLPE Cable
42 33 KV Outdoor type Jointing Kit for 3 Core 400 mm sq XLPE Cable
43 11 KV 3 Core 300 mm sq XLPE Cable
44 11 KV Outdoor type Jointing Kit for 3 Core 300 mm sq XLPE Cable
45 L.T. 3½ Core 95 mm sq PVC Cable
46 L.T. 3½ Core 35 mm sq PVC Cable
47 30 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
48 9 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning Arrestor
49 8" GI Pipe
50 8" HDPE Pipe (including required coupling)
51 Excavation of soil and preparing of cable looping chamber by brick massonary work with
filling of soil and sand (75 cu mtr. x 4 cu. mtr.)
52 Laying & Commissioning of HT XLPE Cable with Horizontal Drilling through HDPE Pipe
53 Fixing of GI Pipe with excavation in all types of soils PCC 1:2:4 around the Pipe, backfilling, clamping at two places of DP by providing suitable GI clamps, bolts & Nuts
plugging of ends of the GI Pipes with M. Seal after Cabling
54 Cable Root Marker
55 33 KV A. B. Switch 3 Pole (400 Amp) HZ Type
56 11 KV 400 amp. 3 Pole Horizontal type A. B. Switch
57 11 KV 400 amp. 3 Pole HG Fuse
58 Erection of dismantled 100 KVA 11/0.4 KV Transformer
59 LT Distribution Box with MCCB & Bus bar arrangement for 100 KVA Dist. Transformer
60
Construction of plinth for 100 KVA DTR using first class KB bricks masonry in cubic meter (1:6) of size L 5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar
and 20 mm thick cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be providing of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x
W 5‟ in cubic meter (1:6). The constructed plinth will be 112.5 cubic feet above ground level
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 27 ~ Signature of Bidder with Seal
61
Construction of 1.5 mtr. high 3 Ply Barbed Wire Fencing, supply and erection of PCC Post
of size 2.0 mtr. high 5" x 5", 2.0 mtr. c/c imbedded in 1:3:6 concrete (20 mm nominal size of aggregate) Block 300 x 300 x 500 mm height. Corner post shall be strutted on one side
only
Supply & installation of double leaf MS Gate (weight 50 Kg.) of height 1.5 mtr. height 2 x 1.5 mtr. width made up of 30 x 30 x 6 angle & 25 x 6 Flat. The gate shall be painted with
two coat of approved primer with two coats of approved epoxy paint
Construction of 2 nos. concrete column of size 300 x 300 x 2000 (H) mm with RCC concreting including re-inforced steel (1:3:6) for fixing of the gate (8 mm torr shall be used
for main & 6 mm tor shall be used for ring)
62
Metal Spreading of proposed construction area including sand spreading as per
specification including supply of all required materials of approved quality, i.e., 100 mm thick (40 mm HGC over 150 mm sand filling)
63 Dismantling of existing 33 KV Line and dismantled materials returned to WESCO Store
64 Dismantling of existing 11 KV Line and dismantled materials returned to WESCO Store
65 Dismantling of 100 KVA Sub-station & dismantled materials return to designated WESCO store (excluding 100 KVA 11/0.4 KV DTR)
66 Dismantling of 25 KVA Sub-station & return to designated WESCO store (excluding 100 KVA 11/0.4 KV DTR)
67 Erection of dismantled 25 KVA 11/0.4 KV Transformer
68 LT Distribution Box with MCCB & Bus bar arrangement for 25 KVA Dist. Transformer
36.3 Before issue of the free issue materials the Contractor at its own cost shall arrange suitable stores adjacent to the works site and shall offer the same for inspection
to the Owner‟s Engineer. 36.4 The bidder shall furnish Indemnity bond for an amount equivalent to the estimated value
of the free supply materials / dismantled materials returnable as certified by Engineer in charge. The Contractor shall submit Indemnity Bond in the prescribed format.
36.5 Subject to compliance of above clauses, the Contractor shall be permitted to draw the materials from the designated stores of the owner. The Contractor shall duly acknowledge the materials along with copies of the notification to the Insurer regarding
such transit of material from designated stores of the Owner to the stores of the Contractor.
36.6 After completion of the works, all surplus materials shall be returned to the Owner‟s stores. For any shortage with regard to materials supplied by the Owner, the Owner
shall be entitled to recover 125% of the purchase cost of such materials or present market cost, whichever is higher, from the dues of the Contractor.
37.0 SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT:
37.1 Within 7 days of the effective date of contract the contractor shall provide three copies of an outline program of production, inspection, testing, delivery, survey, erection,
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 28 ~ Signature of Bidder with Seal
pre-commissioning and commissioning in chart form. Included in the program will be
the detailed schedule of drawing to be submitted. 37.2 The periodic progress report as required by the Owner shall be submitted by the
contractor as per the format prescribed by the Engineer in Charge.
38.0 DRAWINGS: Within 7 days of contract commencement the contractor shall submit for approval by
the Engineer in Charge, a schedule of the drawings to be produced. The schedule shall also provide a program of drawing submission, for approval by the Engineer-in-
Charge. All drawings and design should be submitted to Engineer-In-Charge within the period specified above.
39.0 APPROVAL PROCEDURE OF SUB-VENDORS & DRAWINGS OF
BOUGHT OUT MATERIALS: 39.1 The contractor shall submit all drawings, documents and type test reports, QAP, Name
of Sub vendor, samples (as applicable) etc, to the engineer in charge within 15
days of award of LOA for approval. If modifications to be made if such are deemed necessary, the contractor has to resubmit them for approval without delaying the initial
deliveries or completion of the contract work. 39.2 Three copies of all drawings, GTP, QAP shall be submitted for approval and three
copies for any subsequent revision. 39.3 If the drawings are as per the technical specifications, the competent authority of the
Purchaser will return the drawings & documents to the contractor marked with “Approved” stamp.
40.0 TAKING OVER:
40.1 Upon successful completion of all the tests to be performed at site on equipment / materials supplied, erected and commissioned by the contractor, the supply engineer
shall issue to the contractor a taking over certificate as a proof of the final acceptance of the equipment / materials on a written request within 10 days of commercial
operation. Such certificate shall not be un-reasonably withheld nor will the engineer delay the issuance thereof on account of minor omission or defects, which do not affect
the commercial operation and / or cause any serious to the equipment/material. 40.2 A conditional Taking over Certificate can be issued if any minor omission or defects
pointed by the Engineer- in-Charge/Supervising Officer/Electrical Inspector. The
Contractor should rectify those defects within a month of conditional T.O.C failing which Owner will rectify those by replacing those materials or engaging other
agencies. The amount so involved will be fully recovered from the Contractor‟s bill. Such certificate shall, however, not relieve the contractor of any of his obligations
which otherwise survive by the terms & conditions of the contract after issuance of such certificate.
40.3 For the satisfaction of Owner about quality, the Owner shall have unreserved right for arrangement of testing of equipment/ materials and the complete system
independently by self or any other agency chosen by the Owner. The contractor is expected to agree and extend necessary help during such test if necessary.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 29 ~ Signature of Bidder with Seal
40.4 The Contractor, its successor and assignee shall indemnify the Owner, its successor and
assignee from all current & future liabilities that may arise out of Turn Key Contract(s) entered into between the Owner & the Contractor under this Project.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 30 ~ Signature of Bidder with Seal
SECTION – III
TECHNICAL SPECIFICATION
for
“Shifting of 33 KV, 11 KV & LT line with
Distribution Sub-station and conversion of over
head line to underground system at five nos.
locations under SED, Sonepur due to construction
of new railway line from Khordha – Balangir on
Semi-Turnkey basis under DEPOSIT scheme”
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 31 ~ Signature of Bidder with Seal
DETAILED TECHNICAL SPECIFICATION
1.0 NATURE OF WORK:
The work covered by this Specification is for Shifting of 33 KV, 11 KV & LT line with
Distribution Sub-station and conversion of over head line to underground system at five nos. locations under SED, Sonepur due to construction of new railway line from
Khordha – Balangir on Semi-Turnkey basis under DEPOSIT scheme as specified herein and in the attached Schedules.
Important: The eligible Contractor has to obtain project license from the
competent authority in respect of the mentioned works prior to commencement of the work. All the expenses towards the project license and inspection thereof have to be borne by the
contractor.
1.1 GENERAL PARTICULARS OF THE SYSTEM: The following are the general particulars governing the design and working of the
complete system of which the Works will form a part:
1.1.1 The system will be in continuous operation during the varying atmospheric and climatic conditions occurring at all seasons.
1.2 SCOPE:
The detailed scope of the work shall include: 1.2.1 The package wise scope of work mentioned in the tender is tentative in nature.
Therefore, after award of the work, the executing agency is required to conduct a joint survey mentioning location wise for the actual scope of work with concerned
WESCO Officials along with concern Railway authorities. The final scope so determined after the joint survey is required to be approved by the competent
authority of Head Quarter Office, WESCO Utility, Burla. The successful bidder can procure the materials after the approval and after observing required
formalities as per tender specification.
1.2.2 Detailed survey for location with latitude & longitude & feeder wise erection of intermediate poles in LT & HT line including SLD, route map & BOQ. Length &
type of poles required to be specifically accounted in BOQ. The same shall be joint s igned by concern Railway authority & WESCO authority location
wise without levy any extra financial burden to WESCO. 1.2.3 Complete manufacture, including shop testing & supply of materials from the
approved manufacturers (materials which are to be supplied by the bidder) on prior
approval of the owner. 1.2.4 Providing Engineering drawing, data, operational manual, etc wherever applicable
for the Owner‟s approval.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 32 ~ Signature of Bidder with Seal
1.2.5 Packing and transportation from the manufacturer‟s works to the site and from
WESCO Store to site without levy any extra financial burden to WESCO. 1.2.6 Receipt, storage, preservation and conservation of equipment at the site without levy
any extra financial burden to WESCO. 1.2.7 Pre-assembly, if any, erection testing and commissioning of all the equipment.
1.2.8 Reliability tests and performance and guarantee tests on completion of commissioning.
1.2.9 Loading, unloading and transportation as required at manufacturer‟s end, at site and in WESCO store without levy any extra financial burden to WESCO.
1.2.10 Erection of equipment including civil works without levy any extra financial burden to WESCO.
1.2.11 Erection of lines of specified voltage. 1.2.12 Fittings of spikes in the pole with proper welding
1.2.13 Testing & commissioning of lines / installations without levy any extra financial burden to WESCO.
1.2.14 Getting the works inspected by Electrical Inspector after completion of work.
1.2.15 Transportation and transit insurance of all free issue materials to be supplied from Owner‟s nearest stores to site and as well as all other required materials (under the
scope of supply by bidder) from supplier‟s premises to work site, construction of new electrical / civil structures or erection of intermediate poles etc. without levy any
extra financial burden to WESCO. 1.2.16 Dismantling of existing electrical structures and return of these dismantled items at
the Owner‟s stores, safe custody of the items and return of unused Owner‟s supplied materials to the Owner‟s stores without levy any extra financial burden to WESCO.
1.2.17 Clearance from Govt. authority, Forest Authority & Railway Authority if any. The required statutory payments towards Govt. authority, Forest Authority, Electrical
Inspectorate & Railway Authority to be paid by WESCO Utility on submission of authenticated / approved documents.
1.2.18 Rectify any damage occur during execution to its original position.
1.2.19 Provide other miscellaneous materials required as per site condition to execute the work in complete manner.
1.2.20 Erection of equipment including civil works. 1.2.21 Before starting of work necessary approval regarding single line Diagram, Railway
clearance is to be taken from the Railway Authority / Govt. of Odisha by the contractor without levy any extra financial burden to WESCO.
1.2.22 It is the responsibility of the executant contractor to obtain the clearance
location with latitude & longitude & feeder wise from concern Railway Authority prior to execution of work, where work to be carried out.
1.2.23 After completion of work, completion certificate of work of each location with
latitude & longitude & feeder wise of each package to be obtained from the concerned Railway Authorities. This is the sole responsibility of the executant contractor to submit the same prior to submit the bill without any extra
financial implication levy on WESCO Utility.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 33 ~ Signature of Bidder with Seal
1.2.24 The executant contractor shall be allowed to procure 33 KV 3 Core 400 mm sq
XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable, 1.1 KV 3½ Core 95 mm sq LT PVC Cable & 1.1 KV 3½ Core 35 mm sq LT PVC Cable for this project
only from the selected vendors of WESCO Utility, i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New Delhi & M/s. APAR Industries Ltd.,
Mumbai only.
1.2.25 The executant contractor has to submit the GTP & drawings for 33 KV 3 Core 400 mm sq XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable, 1.1 KV 3½
Core 95 mm sq LT PVC Cable & 1.1 KV 3½ Core 35 mm sq LT PVC Cable from the selected vendors of WESCO Utility, i.e., M/s. Havels India Ltd., Alwar,
M/s. POLYCAB India Ltd., New Delhi & M/s. APAR Industries Ltd., Mumbai only for accord of approval before procurement.
1.3 WESCO Utility will provide the following materials required for execution of
work as follows:
1.3.1 55 mm sq AAAC 1.3.2 100 mm sq AAAC
1.3.3 8 mtr. Long 150 x 150 mm RS Joist Pole (30.6 Kg./mtr.) 1.3.4 9 mtr. long 150 x 150 mm RS Joist Pole (34.6 Kg./mtr.) 1.3.5 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)
1.3.6 New 25 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS Level II & BEE Star 1
1.4 The Contractor will provide the following materials required for execution of
work as follows:
Sl. No. Material
1 50 x 6 mm GI Flat for Earthing
2 Padding and concreting materials for support
3 100 x 50 x 6 mm MS Channel (9.2 Kg./mtr.)
4 75 x 40 x 6 mm MS Channel (6.8 Kg./mtr.)
5 50 x 50 x 6 mm MS Angel (4.5 Kg./mtr.)
6 Porcelain type 90 KN Disc Insulator (B&S Type)
7 3 bolted 90 KN Galvanised H/W Fitting (B&S Type)
8 33 KV Porcelain type Pin Insulator
9 33 KV GI Pin
10 11 KV Porcelain Pin Insulator
11 11 KV G.I. Pin
12 33 KV V- Cross Arm (MS) (22 Kg. each)
13 Back Clamp for 33 KV 'V' Cross Arm (2.4 Kg.)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 34 ~ Signature of Bidder with Seal
14 33 KV "F" Clamp 4.98 Kg. each
15 11 KV V- Cross Arm (MS) (10.2 Kg. each)
16 Back Clamp for 11 KV 'V' Cross Arm (1.7 Kg.)
17 11 KV "F" Clamp 2.9 Kg. each
18 Earthing of Support (Coil type)
19 40 mm Dia medium gauge 3 mtr. Long G.I. Pipe Earthing
20 Material for masonary work for earth pit with RCC Chamber and RCC Cover Plate
21 Charcoal, Salt etc. for earthing
22 20 mm dia H.T. Stay Set Complete
23 H.T. Stay Clamp (1.9 Kg. / Pair)
24 H.T. Stay Insulator
25 7/8 SWG G.I. Stay wire
26 7/10 SWG G.I. Stay wire
27 Concrete material for Stay Anchor Plate
28 16 mm dia H.T. Stay Set Complete
29 L.T. Stay Clamp (1.4 Kg. / Pair)
30 L.T. Stay Insulator (110 x 75 mm)
31 7/12 SWG G.I. Stay wire
32 Pole Clamp for ABC
33 Eye Hook for ABC
34 Suspension Clamp
35 DEAD End Clamp for ABC
36 95 mm sq (3x95+1x70+1x16) ABC
37 Neutral Connector Type: B
38 Piercing Connector Type A
39 Service Connection Distribution Box 10 Way with MCB
40 Dismantling of existing LT Line and return to designated WESCO store
41 33 KV 3 Core 400 mm sq XLPE Cable
42 33 KV Outdoor type Jointing Kit for 3 Core 400 mm sq XLPE Cable
43 11 KV 3 Core 300 mm sq XLPE Cable
44 11 KV Outdoor type Jointing Kit for 3 Core 300 mm sq XLPE Cable
45 L.T. 3½ Core 95 mm sq PVC Cable
46 L.T. 3½ Core 35 mm sq PVC Cable
47 30 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning Arrestor
48 9 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning
Arrestor
49 8" GI Pipe
50 8" HDPE Pipe (including required coupling)
51 Excavation of soil and preparing of cable looping chamber by brick massonary work with filling of soil and sand (75 cu mtr. x 4 cu. mtr.)
52 Laying & Commissioning of HT XLPE Cable with Horizontal Drilling through HDPE Pipe
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 35 ~ Signature of Bidder with Seal
53
Fixing of GI Pipe with excavation in all types of soils PCC 1:2:4 around the Pipe,
backfilling, clamping at two places of DP by providing suitable GI clamps, bolts & Nuts plugging of ends of the GI Pipes with M. Seal after Cabling
54 Cable Root Marker
55 33 KV A. B. Switch 3 Pole (400 Amp) HZ Type
56 11 KV 400 amp. 3 Pole Horizontal type A. B. Switch
57 11 KV 400 amp. 3 Pole HG Fuse
58 Erection of dismantled 100 KVA 11/0.4 KV Transformer
59 LT Distribution Box with MCCB & Bus bar arrangement for 100 KVA Dist. Transformer
60
Construction of plinth for 100 KVA DTR using first class KB bricks masonry in cubic
meter (1:6) of size L 5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick cement plaster over bricks masonry in cubic meter (1:6). The foundation
shall be providing of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟ in cubic meter (1:6). The constructed plinth will be 112.5 cubic feet above ground
level
61
Construction of 1.5 mtr. high 3 Ply Barbed Wire Fencing, supply and erection of PCC Post of size 2.0 mtr. high 5" x 5", 2.0 mtr. c/c imbedded in 1:3:6 concrete (20 mm nominal size
of aggregate) Block 300 x 300 x 500 mm height. Corner post shall be strutted on one side only
Supply & installation of double leaf MS Gate (weight 50 Kg.) of height 1.5 mtr. height 2 x
1.5 mtr. width made up of 30 x 30 x 6 angle & 25 x 6 Flat. The gate shall be painted with two coat of approved primer with two coats of approved epoxy paint
Construction of 2 nos. concrete column of size 300 x 300 x 2000 (H) mm with RCC concreting including re-inforced steel (1:3:6) for fixing of the gate (8 mm torr shall be used
for main & 6 mm tor shall be used for ring)
62 Metal Spreading of proposed construction area including sand spreading as per specification including supply of all required materials of approved quality, i.e., 100 mm
thick (40 mm HGC over 150 mm sand filling)
63 Dismantling of existing 33 KV Line and dismantled materials returned to WESCO Store
64 Dismantling of existing 11 KV Line and dismantled materials returned to WESCO Store
65 Dismantling of 100 KVA Sub-station & dismantled materials return to designated WESCO
store (excluding 100 KVA 11/0.4 KV DTR)
66 Dismantling of 25 KVA Sub-station & return to designated WESCO store (excluding 100
KVA 11/0.4 KV DTR)
67 Erection of dismantled 25 KVA 11/0.4 KV Transformer
68 LT Distribution Box with MCCB & Bus bar arrangement for 25 KVA Dist. Transformer
1.5 DISCLAIMER:
This Document includes statements, which reflect various assumptions, which may or may not be correct. Each Bidder/Bidding Consortium should conduct its own estimation and analysis and should check the accuracy, reliability and
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 36 ~ Signature of Bidder with Seal
completeness of the information in this Document and obtain independent advice
from appropriate sources in their own interest.
Neither Owner nor its employees will have any liability whatsoever to any Bidder or any other person under the law or contract, the principle of restitution or unjust
enrichment or otherwise for any loss, expense or damage whatsoever which may arise from or be incurred or suffered in connection with anything contained in this
Documents and mater deemed to form part of this documents, provision of services and any other information supplied by or on behalf of purchaser or its employees, or
otherwise arising in any way from the selection process for the supply. Though adequate care has been taken while issuing the Bid document, the Bid document, the
Bidder should satisfy itself those documents are complete in all respects. Intimation for any discrepancy shall be given to this office immediately.
2.0 WORK DESCRIPTION: 2.1 GENERAL:
Preliminary route alignment in respect of the proposed 33 KV / 11 KV / LT line has
been fixed by the employer subject to alteration of places due to way leave or other unavoidable constraints. The Right of way shall be solved by the contractor and all expenses there of shall be borne by him. However, WESCO Utility shall render all
helps in co-ordination with law and order department for solving the same. Provisional quantities/numbers of different types of Joist poles/PSC poles have been estimated and
indicated in the BOQ Schedule given.
However final quantities for work shall be as determined by the successful bidder, on completion of the detail survey, preparation of route profile drawing and designing of
the different types of Joist poles/PSC poles as elaborated in the specification and scope of work.
The contractor shall undertake detailed survey on the basis of the tentative alignment
fixed by the employer. The said preliminary alignment may, however, change in the interest of economy and hazards in work. After completing the detailed survey, the
contractor shall submit the final profile and pole schedule (with no. of stay or struct) for final approval of the employer. To facilitate checking of the alignment, suitable reference marks shall be provided.
2.2 SURVEY (DETAIL & CHECK, ESTIMATING OF QUANTITIES & SPOTTING
OF POLES): Walk over survey, Theodolite survey, profile survey (if required) shall have to be
carried out to establish the Route alignment by the contractor for new 33 KV, 11 KV & LT lines. If the line is passing in any Municipal/ NAC areas permission from local
bodies has to be obtained prior to execution of work. Suitable distance from the side of the road has to be made towards placement of line poles.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 37 ~ Signature of Bidder with Seal
2.3 CHECK SURVEY:
The contractor shall undertake the check survey during execution on the basis of the alignment profile drawing and pole schedule approved by the employer. If during check
survey necessity arises for minor change in route to eliminate way leave or other unavoidable constraints, the contractor may change the said alignment after obtaining
prior approval from the employer.
3.0 OPTIMIZATION OF POLE LOCATION:
3.1 POLE SPOTTING:
To optimize the line length, the contractor shall spot the poles in such a way so that the line is as close as possible to the straight line drawn between the start & end point of
the line. Proper ground clearance to be maintained by the contractor to avoid sagging in between spans.
3.2 CROSSINGS:
3.2.1 Road Crossings: At all road crossings, the double tension HW fittings should be used. There should
absolutely no joints in the conductors in all roads, power line and all other major crossing. The ground clearance from the road surfaces under maximum sag condition shall be not less than 8.5 mtr over roads. In National High way the
minimum height of guarding at the maximum sagging point should be less than 8.5 mtr.
3.2.2 For river crossing/ Crossing of Nallas:
Taking levels at 25 meter interval on bank of river and at 50 meter interval at bed of river so far as to show the true profile of the ground and river bed railway/road
bridge, road The levels shall be taken at least 100 m. on either side of the crossing alignment. Both longitudinal and cross sectional shall be drawn preferably to a scale
of 1:2000 at horizontal and 1:200 vertical.
3.2.3 Power Line Crossings: Where the lines cross over another line of the same voltage or lower voltage,
provisions to prevent the possibility of its coming into contact with other overhead lines shall be made in accordance with the Indian Electricity Rules, 1956 as amended from time to time. All the works related to the above proposal shall be
deemed to be included in the scope of the Contractor.
4.0 CLEARANCE FROM GROUND, BUILDING & TREES:
4.1 Clearance from ground, buildings, trees and telephone lines shall be provided in conformity with the Indian Electricity Rules, 1956 as amended up to date. The bidder shall select the height of the poles such that all electrical clearances are maintained.
4.2 Guarding mesh shall be used in all electric line / telecom line / road / drain / canal crossing and at all points as per statutory requirements. The bidder shall provide &
install anti climbing devices and danger plates on all poles and DT stations. Where there
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 38 ~ Signature of Bidder with Seal
is no such provision in the existing line.
4.3 Pole accessories like danger plates and number plates shall be provided. 4.4 Clearance from ground, buildings, trees and telephone lines shall be provided in
conformity with the Indian Electricity Rules, 1956 as amended up to date. The vendor shall select the height of the poles in order to achieve the prescribed electrical
clearances.
5.0 DETAILS EN-ROUTE:
After survey and finalization of route, the contractor shall submit detailed route map
for each line. This would be including following details:
5.1.1 All poles on both sides of all the crossings shall be tension poles, i.e., disc type insulators shall be used on these poles.
5.1.2 At all the crossing described above, the contractor shall use protective guarding as per REC Construction Standard A-1 to fulfill statutory requirements for 33 KV
trunks & main spur line. 5.1.3 33 KV branch spur line, being in the village, protective guarding shall be used
wherever it will be required. 5.1.4 All topographical details, permanent features, such as trees, telecommunication lines,
building etc. 7.5 mtr (33 KV) on either side of the alignment shall be detailed on the
route plan before execution of work. However, any problems arising out of Right of way shall be taken care of by the Contractor. The owner shall extend all possible Co-
operations.
6.0 FINAL SCHEDULE:
The final schedule including Bill of quantity indicating location of poles specifically
marking locations of failure containment pole/structure, DTR, 33 KV line sectionalizes, line tapping points, angle of deviation at various tension pole
locations, all type of crossings and other details shall be submitted for the approval of the owner. After approval, the contractor shall submit six more sets of the approved
documents along with one set in reproducible form to purchaser for record purpose.
7.0 REFERENCE STANDARDS:
The codes and/or standards referred to in the specifications shall govern in all cases
wherever such references are made. In case of a conflict between such codes and/or standards and the specifications, latter shall govern. Such codes and/or standards,
referred to shall mean the latest revisions, amendments / changes adopted and published by the relevant agencies unless otherwise indicated. Other internationally accepted
standards whic h ensure equal or better performance than those specified shall also be accepted, subject to prior approval by the owner. In case no reference is given for any
item in these specifications, latest REC specification & Construction Standards.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 39 ~ Signature of Bidder with Seal
8.0 SCHEDULE OF ERECTION PROGRAMME:
After due approval of the detailed and check survey, the contractor shall submit to the
employer a complete detailed schedule of erection programme with a Bar-Chart for construction of the lines indicating there in the target date of completion.
8.1 Names of suppliers and copies of orders:
If so required, and before ordering material of any description, the Contractor shall
submit for approval the names of makers or suppliers proposed. Copies of orders shall also be submitted if so required. The Project Manager may at any time withdraw his
previously given approval to obtaining materials from any maker or supplier should such maker or supplier fail to supply materials of the specified quality or quantity
in the requisite time.
8.2 Rejection of materials and workmanship: The Project Manager shall at any time have power to reject materials and workmanship
not complying with this Specification or with the approved Drawings. Materials so rejected shall be immediately removed from site and replaced by materials of an
approved standard at the expense of the Contractor. Rejected workmanship shall be broken out and replaced by work of an acceptable standard including the supply of new materials by the Contractor, at the expense of the Contractor, and without delay.
9.0 ERECTION WORK:
9.1 When the survey is approved, the contractor shall submit to the employer a complete
detail schedule of all materials to be used in the line. Size and length of conductor etc. are also to be given in the list. This schedule is very essential for finalizing the quantities of all line materials. The contractor shall furnish the same.
9.2 The Contractor shall comply with all the rules and regulations of local authorities during the performance of his field activities. He shall also comply with the Minimum Wages
Act, 1948 and the payment of Wages Act (both of the Government of India and Govt. of Odisha) and the rules made there under in respect of any employee or workman
employed or engaged by him or his Sub-Contractor. 9.3 All registration and statutory inspection fees, if any, in respect of his work pursuant to
this Contract shall be to the account of the Contractor. However, any registration, statutory inspection fees lawfully payable under the provisions of the statutory laws and
its amendments from time to time during erection in respect of the substation ultimately to be owned by the Employer, shall be to the account of the Employer. Should any such
inspection or registration need to be re-arranged due to the fault of the Contractor or his Sub-Contractor, the additional fees to such inspection and/or registration shall be borne
by the Contractor. 9.4 The Contractor shall ensure that he obtains, from the Government of Orissa, an
Electrical Contractor‟s License and a supervisory certificate of the appropriate grade to
allow him to execute the electrical works included in the Contract. The Contractor shall ensure that all workmen possess Workman Permits, issued by the Government of Orissa,
for engagement in the Contract Works.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 40 ~ Signature of Bidder with Seal
9.5 The provisions of the General Conditions of Contract shall also be applicable to the
erection portion of the Works. The Engg. In-charge (Divisional Engr.) shall have the right to re-inspect any equipment though previously inspected approved by him at
the Contractor's works, before and after the same are erected at Site. 9.6 The Contractor shall inform the Engg. In-charge (Divisional Engr.) in advance of field
activity plans and schedules for carrying-out each part of the works. Any review of such plans or schedules or methods of work by the Engg. In-charge (Divisional Engr.) shall
not relieve the Contractor of any of his responsibilities towards the field activities. Such reviews shall not be considered as an assumption of any risk or liability by the Employer
or any of his representatives, and no claim of the Contractor will be entertained because of the failure or inefficiency of any such plan or schedule or method of work reviewed.
The Contractor shall be solely responsible for the safety, adequacy and efficiency of plant and equipment and his erection methods.
9.7 Contractor shall make his own arrangement for unloading the equipment at site free of cost. The Contractor shall provide all the construction equipment tools, tackle and scaffoldings required for offloading, storage, pre-assembly, erection, testing and
commissioning of the equipment covered under the Contract. He shall submit a list of all such materials to the Engg. In-charge (Divisional Engr.) before the commencement of
pre-assembly at Site. These tools and tackles shall not be removed from the Site without the written permission of the Engg. In-charge (Divisional Engr.).
9.8 The Contractor shall maintain an accurate and exhaustive record detailing all equipment received by him for the purpose of erection and keep such record open for the
inspection of the Engg. In-charge (Divisional Engr.). All equipment shall be handled carefully to prevent any damage or loss. All equipment stored shall be properly
protected to prevent damage. Equipment from the store shall be moved to the actual location at an appropriate time so as to avoid damage of such equipment at Site. All the
materials stored in the open or dusty location shall be covered with suitable weather-proof and flameproof covering material. The Contractor shall be responsible for making suitable indoor facilities for the storage of all equipment which requires to be kept
indoors.
10.0 CLASSIFICATION OF SOIL STRATA: 10.1 Ordinary Soil:
This shall comprise of vegetable or organic soil, turf, sand, sandy soil, silt, loam, clay, mud, red earth, suede, peat, black cotton soil, soft shale, loose morum, mud
debris, concrete below ground level, a mixture of all these and similar material which yields to the ordinary application of pick, shovel, rake or other ordinary digging
implement. Removal of gravel or any other modular material having diameter in any one direction not exceeding 75 mm, such occurring strata shall be deemed to be
covered under this category.
10.2 Hard Soil: This shall include:
10.2.1Stiff heavy clay, hard shale or compact morum requiring grifting tool or pick or both and shovel closely applied.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 41 ~ Signature of Bidder with Seal
10.2.2Gravel, soft laterite, kankar and cobble stone having maximum diameter in any one
direction between 75 mm and 300 mm. 10.2.3Soliding of road paths, etc., and hard core.
10.2.4Macadam surfaces such as water bound and bitumen/tar bound. 10.2.5Lime concrete, stone masonry in lime/cement mortar below ground level.
10.2.6Soft conglomerate, where the stones may be detached from the matrix with picks. 10.2.7Generally any material which requires the close application of picks or sacrifiers to
loosen and not affording resistance to digging greater than hardest of any soil mentioned in item (1) to (6) above.
10.3 Ordinary Rock:
10.3.1Ordinary rock comprising of lime stone, sand stone, hard laterite, fissured rock, conglomerate or other soft or disintegrated rock which may be quarried or split
with crow bars. 10.3.2Unreinforced cement concrete which may be broken up with crow bars or picks
and stone masonry in cement mortar below ground level.
10.3.3Boulders which do not require blasting having maximum diameter in any direction of more than 300 mm found lying loose on the surface or embedded in river bed,
soil, talus slope wash and terrace material of dissimilar origin.
NOTE: Hard laterite does not require blasting. It is to be classified under ordinary rock which does not require blasting.
10.4 Hard Rock:
This shall comprise any rock or cement concrete or RCC for the excavation of which the use of mechanical plant or blasting is required.
11.0 GEO-TECHNICAL INVESTIGATION: 11.1 GENERAL: 11.1.1 The Contractor shall perform a detailed soil investigation when specified under Scope
of Work to arrive at sufficiently accurate, general as well as specific information about the soil profile and the necessary soil parameters of the site in order that the foundation
of the various structures can be designed and constructed safely and rationally. A report to the effect will be submitted by the Contractor for Owner‟s specific approval giving details regarding data proposed to be utilized for civil structures design.
11.1.2 The Contractor should visit the site to ascertain the soil parameters before submitting the bid. They may assess the topography requiring cutting and filling operations
including slope stability and protection measures (if slopes encountered). Any variation in soil data shall not constitute a valid reason for any additional cost & shall
not affect the terms & condition of the Contract. Tests must be conducted under all the critical locations.
11.2 SCOPE OF WORK:
This specification covers all the work required for detailed soil investigation and preparation of a detailed report. The work shall include mobilization of necessary
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 42 ~ Signature of Bidder with Seal
equipment, providing necessary engineering supervision and technical personnel, skilled
and unskilled labour etc. as required to carry out field investigation as well as laboratory investigation, analysis and interpretation of data and results, preparation of detailed
Geo-technical report including specific recommendations for the type of foundations and the allowable safe bearing capacity for different sizes of foundations at different
founding strata for the various structures of the substation. The Contractor shall make his own arrangement for locating the co-ordinates and
various test positions in field as per the information supplied to him and also for determining the reduced level of these locations with respect to the benchmark indicated
by the Owner. All the work shall be carried out as per latest edition of the corresponding Indian Standard Codes.
11.3 BORE HOLES (BY STANDARD PUNCTUATION TEST):
Drilling of bore holes of 150 mm dia. in accordance with the provisions of IS: 1892 at the rate of minimum two number of bore holes to 10 m depth or to refusal which ever occur earlier for the new bay or extension of existing sub-station. (By refusal it shall
mean that a standard penetration blow count (N) of 100 is recorded for 30 cm penetration).
However, for a new substation, minimum three bore-holes shall be done to find out the
geological profile of the area. If any unconformity encountered then more bore holes shall be drilled with the approval of Engineer-in-charge for the new projects. However
in case deep pile foundations are envisaged the depths have to be regulated as per codes provisions. In cases where rock is encountered, coring in one borehole per bay shall be
carried out to 1.5 M in bedrock and continuous core recovery is achieved. Performing Standard Penetration Tests at approximately 1.5 m interval in the borehole starting from
1.5 m below ground level onwards and at every change of stratum. The disturbed samples from the standard penetrometer shall also be collected for
necessary tests. Collecting undisturbed samples of 100/75 mm diameter 450 mm long from the boreholes at intervals of 2.5 m and every change of stratum starting from 1.0 m
below ground level onwards in clayey strata.
The depth of Water table shall be recorded in each borehole. All samples, both disturbed and undisturbed, shall be identified properly with the borehole number and depth from
which they have been taken. The sample shall be sealed at both ends of the sampling tubes with wax immediately after the sampling and shall be packed properly and
transported to the Contractor‟s laboratory without any damage or loss. The logging of the boreholes shall be compiled immediately after the boring is completed and a copy of
the bore log shall be handed over to the Engineer-in-charge.
11.4 ELECTRICAL RESISTIVITY TEST: This test shall be conducted to determine the Electrical resistivity of soil required for designing safe grounding system for the entire station area. The specifications for the
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 43 ~ Signature of Bidder with Seal
equipment and other accessories required for performing electrical resistivity test, the
test procedure, and reporting of field observations shall confirm to IS: 3043. The test shall be conducted using Wagner‟s four electrode method as specified in IS:
1892, Appendix-B2. Unless otherwise specified at each test location, the test shall be conducted along two perpendicular lines parallel to the coordinate axis. On each line a
minimum of 8 to 10 readings shall be taken by changing the spacing of the electrodes from an initial small value of 0.5 m up to a distance of 10.0 m.
11.5 WATER SAMPLE:
Representative samples of ground water shall be taken when ground water is first encountered before the addition of water to aid drilling of boreholes. The samples shall
be of sufficient quantity for chemical analysis to be carried out and shall be stored in airtight containers.
11.6 BACK FILLING OF BORE HOLES:
On completion of each hole, the Contractor shall backfill all bore holes as directed by
the Owner. The backfill material can be the excavated material and shall be compacted properly.
11.7 LABORATORY TEST:
11.7.1 The laboratory tests shall be carried out progressively during the field work after sufficient numbers of samples have reached the laboratory in order that the test results
of the initial bore holes can be made use of in planning the later stages of the field investigation and quantum of laboratory tests.
11.7.2 All samples brought from field, whether disturbed or undisturbed shall be
extracted/prepared and examined by competent technical personnel, and the test shall be carried out as per the procedures laid out in the relevant IS Codes. The following laboratory tests shall be carried out:
11.7.2.1 Visual and Engineering Classification
11.7.2.2 Liquid limit, plastic limit and shrinkage limit for soils 11.7.2.3 Natural moisture content, bulk density and specific gravity
11.7.2.4 Grain size distribution.
11.7.3 Swell pressure and free swell index determination. 11.7.4 California bearing ratio.
11.7.5 Consolidated undrained test with pore pressure measurement. 11.7.6 Chemical tests on soil and water to determine the carbonates, sulphates, nitrates,
chlorides, Ph value, and organic matter and any other chemical harmful to the concrete foundation.
11.7.7 Rock quality designation (RQD), RMR in case of rock is Encountered
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 44 ~ Signature of Bidder with Seal
11.8 TEST RESULTS AND REPORTS:
11.8.1 The Contractor shall submit the detailed report in two (2) copies wherein information regarding the geological detail of the site, summarized observations and test data, bore
logs and conclusions and recommendations on the type of foundations with supporting calculations for the recommendations. Initially the report shall be submitted by the
Contractor in draft form and after the draft report is approved, the final report in two (2) copies shall be submitted. The test data shall bear the signatures of the
Investigation Agency, Vendor and also site representative of Utility.
11.8.2 The report shall include but not limited to the following:
11.8.2.1 A plan showing the locations of the exploration work i.e. bore holes, dynamic cone penetration tests etc.
11.8.2.2 Bore Logs: Bore logs of each bore holes clearly identifying the stratification and the type of soil stratum with depth. The values of Standard Penetration Test (SPT) at the depths where the tests were conducted on the samples collected at various
depths shall be clearly shown against that particular stratum.
11.8.3Test results of field and laboratory tests shall be summarized strata wise as well in combined tabular form. All relevant graphs, charts tables, diagrams and photographs,
if any, shall be submitted along with report. Sample illustrative reference calculations for settlement, bearing capacity, pile capacity shall be enclosed.
11.9 RECOMMENDATIONS:
11.9.1 The report should contain specific recommendations for the type of foundation for the various structures envisaged at site. The Contractor shall acquaint himself about the
type of structures and their functions from the Owner. The observations and recommendations shall include but not limited to the following:
11.9.1.1 Geological formation of the area, past observations or historical data, if available, for the area and for the structures in the nearby area, fluctuations of water table etc.
Slope stability characteristics and landslide history of the area shall be specifically highlighted. Remedial measures to be adopted shall also be given.
11.9.1.2 Recommended type of foundations for various structures. If piles are recommended the type, size and capacity of pile and groups of piles shall be given after
comparing different types and sizes of piles and pile groups.
11.9.1.3 Allowable bearing pressure on the soil at various depths for different sizes of the foundations based on shear strength and settlement characteristics of soil with
supporting calculations. Minimum factor of safety for calculating net safe bearing capacity shall be taken as 3.0 (three). Recommendation of liquefaction
characteristics of soil shall be provided. 11.9.1.4 Recommendations regarding slope of excavations and dewatering schemes, if
required. Required protection measures for slope stability for cut & fill slopes of
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 45 ~ Signature of Bidder with Seal
switchyard and approach road with stone pitching/retaining walls shall be clearly
spelt out. Calculation shall also be provided for stability adequacy. 11.9.1.5 Comments on the Chemical nature of soil and ground water with due regard to
deleterious effects of the same on concrete and steel and recommendations for protective measures.
11.9.1.6 If expansive soil is met with, recommendations on removal or retainment of the same under the structure, road, drains, etc. shall be given. In the latter case detailed
specification of any special treatment required including specification or materials to be used, construction method, equipment to be deployed etc. shall be furnished.
Illustrative diagram of a symbolic foundation showing details shall be furnished. 11.9.1.7 Recommendations for additional investigations beyond the scope of the present
work, if considered such investigation as necessary.
12.0 DRAWINGS: 12.1 The successful bidder shall first submit the structural design calculations along with
general arrangement drawings for approval within 7 days of issue of LOA / Work Order. After the approval of the design calculations by the WESCO Utility, detailed
construction drawings shall be prepared and submitted for WESCO Utility‟s approval along with revised design calculations, if required, within 15 days.
12.2 Required number of sets of design calculations, drawings and documents shall be
submitted by the Bidder. All documents including design calculations shall be prepared in MS office and all drawings shall be drafted using AutoCAD (latest version).
12.3 During every submission one soft copy of the document shall also be submitted. When final approval is obtained from the WESCO Utility the Bidder shall submit all the
documents in TWO sets of CD ROM (One + One Back - up) together with minimum three sets of distribution prints well documented and page controlled with details of
WESCO Utility‟s approval marked thereon. 12.4 Approval of drawings / documents shall not relieve the Bidder of the responsibility
regarding the adequacy of design and correctness of drawings.
13.0 ALTERATION IN SPECIFICATION & DESIGN: 13.1 The Project Manager shall have the power to make any alteration and omissions from
additions to or substitution for, the original specifications, drawings, designs and instructions that may appear to him to be necessary during the progress of the work and
the Bidder shall carry out the work in accordance with any instruction which may be given to him in writing signed by the Project Manager and such alterations, omissions,
additions or substitutions shall not invalidate the contract and any altered, added or substituted work which the Bidder may be directed to do in the manner above specified
as part of the work shall be carried out by the Bidder on the same conditions in all respects on which the Bidder agreed to do the original contract work. The time for completion of work shall be altered in the proportion that the altered, added or
substituted work bears to the original contract work, and the certificate of the Project Manager shall be conclusive as to such proportion.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 46 ~ Signature of Bidder with Seal
13.2 The rates for the altered items of work shall be worked out on the offered price in Price-
Bid basis and necessary alternations in the total amount shall be made on that basis . 13.3 In the event there is no similar class of work specified in the Price-Bid, the Bidder shall
work on a rate for such an item on the basis of the prevalent market rates for materials / men / machines and submit the same together with the detailed analysis to the Project
Manager within 7 days. 13.4 The Project Manager shall thereafter review the correctness and then conduct necessary
negotiations with the Bidder to arrive at a mutually agreeable rate. Engineer‟s decision in regard to rates of such items shall be final and binding on the Bidder. In case of
conflict between this chapter and other Chapters of Technical Specifications, provisions given in this chapter shall govern.
14.0 DANGER NOTICE PLATES: 14.1 SCOPE:
This Specification covers Danger Notice Plates to be displayed in accordance with rule
No.: 35 of Indian Electricity Rules, 2003.
14.2 APPLICABLE STANDARD: Unless otherwise modified in this specification, the Danger Notice Plates shall comply with IS: 2551- 1982 or the latest version thereof.
14.3 DIMENSION:
14.3.1 Two sizes of Danger Notice Plates as follows are recommended:
a) For display at 415 V installations : 200 x 150 mm b) For display at 11 KV or higher voltage installations : 250 x 200 mm
14.3.2 The corners of the plate shall be rounded off.
14.3.3 The location of fixing holes can be modified to suit the requirements of the purchaser.
14.4 LETTERING: All letterings shall be centrally spaced. The dimensions of the letters, figures and their
respective position shall be submitted with bid. The size of letters in the words in each language and spacing between them shall be so chosen that these are uniformly written in the space earmarked for them.
14.5 LANGUAGE:
14.5.1 Under Rule No.: 35 of Indian Electricity Rules, 2003, the owner of every medium, high and extra high voltage installation is required to affix permanently in a
conspicuous position. A danger notice in Hindi or English and in addition to this, in the local language with the sign of skull and bones.
14.5.2 The type and size of lettering to be done in ENGLISH, HINDI & ODIA to be indicated in the specimen danger notice plates and must be in line with latest Indian standards.
14.5.3 Adequate space has been provided in the specimen danger notice plates for having the letterings in local language for the equivalent of' Danger', „415‟, „11000‟ & „Volts‟.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 47 ~ Signature of Bidder with Seal
14.6 MATERIAL AND FINISH:
The plate shall be made from mild steel sheet of at least 1.6 mm thick and vitreous enameled white, with letters, figures and the conventional skull and cross-bones in
signal red colour (refer IS: 5-1978) on the front side. The rear side of the plate shall also be enameled in black colour only.
14.7 TEST:
The following tests shall be carried out: i) Visual examination as per IS: 2551-1982
ii) Dimensional check as per IS: 2551-1982 iii) Test for weather proofness as per IS: 8709-1977 (or its latest version)
14.8 MARKING:
Maker's name and trade mark and the purchaser‟s name shall be marked in such a manner and position on the plates that it does not interfere with the other information.
14.9 PACKING: The plates shall be packed in wooden crates suitable for rough handling and acceptable
for rail/road transport.
15.0 NUMBER PLATE (SUPPORT): 15.1 SCOPE:
Weather proof number plate shall have unique name are to be installed on the pole support. The plate shall be made from mild steel sheet of at least 1.6 mm thick and
vitreous enameled white, with letters in signal red color (refer IS: 5-1978) on the front side. The rear side of the plate shall also be enameled. The digits shall be as under:
110121
000001 226
Digits shall be displayed as detailed above having at-least 25mm height. The overall size
of the plate shall be 200 x 250 mm x 1.6 mm. The corners of the plate shall be rounded off. All lettering shall be centrally spaced. The dimensions of the letters, figures and their respective position shall be as shown above.
The size of digits and spacing between them shall be so chosen that these are uniformly written in the space earmarked for them. The type and size of digits to be written in
English as indicated above. The plate should be provided with 6 mm dia holes in horizontal alignment for fixing to the pole by means of Galvanized MS flat clamp of 25
x 3 mm size. The nut & bolts used for fixing of plate should be of galvanized and washers of electro-plated. The bolt should be used of at-least 6mm diameter.
15.2 TEST:
The following tests shall be carried out: i) Visual examination as per IS: 2551-1982
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 48 ~ Signature of Bidder with Seal
ii) Dimensional check as per IS: 2551-1982
iii) Test for weather proofness as per IS: 8709-1977 (or its latest version)
16.0 ANTI-CLIMBING DEVICES: The Contractor shall provide and install anti-climbing device on all 33/11 KV DP structures and at all poles as per CEA guide line. This shall be done with modified spikes as specified. The spikes clamp to be fitted with pole by bolting & welding in
such a way to avoid theft. The spike clamp to be made up of 50 x 6 mm GI Flat.
17.0 FITTINGS COMMON TO ALL LINE: 17.1 PIN INSULATOR BINDING:
The contractor shall use aluminium binding wire for binding shall be as per REC Construction Standards No.: C-5 or better thereof.
17.2 MID SPAN COMPRESSION JOINT & REPAIR SLEEVES:
The contractor shall supply & install the Mid Span Compression Joint and Repair Sleeves as per IS: 2121 (Part II).
17.3 GUY/STAY WIRE CLAMP:
The contractor shall supply & install Guy/Stay wire Clamp as per REC Construction Standard G-1 or better here of as specified.
17.4 STAY/GUY SETS:
17.4.1 The Sty/Guys shall be used at the following pole locations: 17.4.1.1 At all the tapping points & dead end poles.
17.4.1.2 At all the points where DT is to be installed. 17.4.1.3 At all the points as per REC construction drawing No.: A-10 (for the diversion
angle of 10 to 60 degree) 17.4.1.4 At every pole for 33 KV line
17.4.1.5 Both side poles at all the crossing for road, nalla & railway crossings etc.
17.4.2 The arrangement and number of stay sets to be installed on different pole structures shall be as per REC Construction Standards No.: A-23 to A-27, G-5 &
G-8. However, this shall be decided finally during erection as per the advice of Engineer In-Charge.
17.4.3 The stay set to be installed complete in all respect and would broadly consist
of following items:
17.4.3.1 7/8 SWG G.I. Stay wire for 33 KV lines as per REC Specification No.: 46/1986
17.4.3.2 Stay Insulator type C for 33 KV line as per REC Specification No.: 21/1981 17.4.3.3 Turn Buckle, Anchor rod and plate (Hot Dipped galvanized)
17.4.3.4 Thimbles and Guy Grip
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 49 ~ Signature of Bidder with Seal
17.4.3.5 Complete stay set shall be as per REC Construction Standards no. G-1
17.4.3.6 The stay clamp is envisaged as GS structure along with other clamps brackets etc.
17.4.4 Erection of Stay Set: 17.4.4.1 The contractor shall install the stay set complete in all respect. This includes
excavation of pit in all kinds of soil with PCC in the ratio 1:2:4 as specified which shall be placed in the bottom of the pit.
17.4.4.2 The rest (upper half) of the pit shall be filled with excavated soil duly compacted layer by layer. An angle between 30 to 45 degrees shall be maintained between
stay wire and the pole. The stay wire shall be used with a stay insulator at a height of 5 mtr. above ground level with GI turn buckle.
17.4.4.3 Concreting of Stay (1 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of materials) to be carried out.
18.0 POLES (OSM): 18.1 Support Structures will be of 8 mtr., 9 mtr. & 11 mtr. lo ng R . S. Joist poles for
33 KV, 11 KV & LT line.
18.2 Any new design (approved and tested in any approved test bed) as per the required parameters is also acceptable. No more MS poles without Galvanization will be used.
18.3 For easy transportation two pieces of R.S. Joist poles with single splice joint using
galvanized sections of channels / angles / plates of adequate size along with required size GI bolt, nuts & spring washers is to be adopted.
18.4 Joist with minimum 150 x 150 mm sections are to be considered for the supports (in accordance to scope).
18.5 2 nos. 450 mm long cleats with 65 x 65 x 5 mm angle to be welded or bolted by providing minimum 2 nos. 16 mm B&N, sp. washer. Full length welding is to be done
on either side in the base level. The materials must conform to IS: 800. 18.6 All the test on materials and fabrication etc will be as per the relevant Indian standards.
18.7 In different crossings the contractor shall take into consideration the prevailing regulations of the respective authorities before finalizing type and location of the
towers. While carrying out survey work, the contractor has to collect all relevant data, prepare and submit drawings in requisite number for obtaining clearance from road,
aviation, railways, river and forest authorities.
19.0 CONSTRUCTION OF FOUNDATION FOR R. S. JOIST POLES:
19.1 ERECTION OF POLE, CONCRETING OF POLES AND COMPACTION OF SOIL:
19.1.1 Drawing for the excavation of pits, Foundation of both wet and Black cotton soil is enclosed which are to be adopted. If better design with less volume approved or
tested by any other distribution agencies will also be acceptable. 19.1.2 Following arrangement shall be adopted for proper erection of poles wherever
necessary and properly compacting of the soil around the base / foot of the poles under this package.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 50 ~ Signature of Bidder with Seal
19.1.2.1 Excavation has to be done as per the drawing to the required depth and size. After
final excavation the pit should be dressed properly so that uneven portion and loose soil should be removed before PCC (M-7.5) of thickness 75 mm is laid. The
base footing of the pole concreting RCC (M-15) has to be done by proper alignment and verticality.
19.1.2.2 The verticality and leveling of pole/structure should be done by the help of plumbob or with theodolite and leveling instrument.
19.1.2.3 In case of Joist pole, Base clits and in case of PSC pole, GI base plate (450 x 450 x 75) mm or RCC Pre–cast slab of size (500 x 500 x 100) mm has to be
provided over the Lean concrete. 19.1.2.4 Padding & Concreting for RS Joist Pole (2.2 mtr. x 0.5 mtr. x 0.5 mtr.) (including
supply of materials) in complete shape.
19.2 CEMENT CONCRETE (PLAIN OR REINFORCED) & BACK FILLING: 19.2.1 Materials:
All materials whether to be consumed in the work or used temporarily shall conform to
relevant IS specification, unless stated otherwise, and shall be of the best approved quality.
19.2.2 Cement:
19.2.2.1 Cement to be used in the work under the contract shall generally conform to IS: 269/455-1989. Cement bags shall be stored by the contractor in a water tight well
ventilated store sheds on raised wooden platform (raised at least 150 mm above ground level) in such a manner as to prevent deterioration due to moisture or
intrusion of foreign matter.
19.2.2.2 Cements to be used within three months from the date of manufacture. Sub-standard or partly set cement shall not be used and shall be removed from the site by the contractor at his cost.
19.2.2.3 Coarse Aggregates, i.e., stone chips or stone ballast. For M15 concrete (mix 1:2:4) the aggregate will be in the ranges from 12 mm to 20 mm size and for M 7.5
concrete (mix 1:4:8) these will be from 25 mm to 40 mm size.
19.2.3 Pole Erection: 19.2.3.1 After proper alignment, checking of verticality and leveling, the pole or structure
should be properly tied before placing of base concrete of required height. Again the verticality and leveling should be checked.
19.2.3.2 The RCC pedestal concrete (M-15) is to be done by providing good quality of shutters, so that there will no leakage of cement slurry during concreting. The
cooping height should be 750 mm above the existing ground level. The top portion of the cooping should be made tapered.
19.2.3.3 All the bolted joints should be tightened properly by providing suitable size GI bolt, nuts and spring washers. After completion of erection works all the bolts should be spot welded in order to avoid theft of members.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 51 ~ Signature of Bidder with Seal
19.2.3.4 The back filling of locations should be done by using the excavated soil only in
layers (each layer should not be more than 500 mm) by putting water and ramming by using wooden rammers. In no case stone of size more than 75mm
used for back filling. Back-filling has to be done 75mm above ground level or as specified.
19.2.3.5 Curing of concrete should be done for 28 day continuously. Curing should not be done within 24 Hours of concreting.
19.2.3.6 All the excess excavated materials and other unused materials from the concreting site should be disposed of to a suitable site by the contractor.
19.2.3.6.1 Mixer (Running time-2 min.)
19.2.3.6.2 In case of hand mixing, 10% extra cement has to be provided. Hand mixing should be done on GI sheet platform o n ly .
19.2.3.6.3 Poking rod may be used for compacting in locations at PSC poles only 19.2.3.6.4 Use of vibrator for compacting is mandatory. 19.2.3.6.5 Clean water (free from saline and alkaline) should be used for concreting.
19.2.3.6.6 Aggregates (both coarse and fine) used should be free from foreign materials. 19.2.3.6.7 Shutters used should not be removed before 24 hrs. of casting.
19.2.3.6.8 In case of black cotton soil borrowed earth (morum soil mixed with sand is preferable) may be used for back filling.
19.2.3.6.9 Sufficient qty. of water should be sprinkled over backfilled earth and chimney kept wet by using wet gunny bags.
19.2.3.7 All the persons working on tower shall wear safety helmet, safety belt and
safety shoes. Similarly all the persons working on ground shall wear safety helmet and safety shoes.
19.2.3.8 If there is any LT/HT power line near the vicinity of tower erection, necessary shutdown of the power line shall be obtained in writing from the concerned Agency in order to avoid electrical hazards caused by accidental touching of
stay/Guy ropes with power line. 19.2.3.9 Safety precaution Safety shall be given utmost importance during stringing. The
following need to be ensured. 19.2.3.10 Safe working conditions shall be provided at the stringing site.
19.2.3.11 Full proof communication through walky-talkie / mobile phones shall be used in order to avoid any damage to workmen or public on ground.
20.0 90 KN PORCELAIN TYPE DISC INSULATOR (B&S TYPE) (ANTIFOG TYPE):
20.1 SCOPE: This specification covers the details of the 90 KN B&S type porcelain insulators for use on 33 KV & 11 KV line. The Disc Insulator must be Antifog type.
20.2 APPLICABLE STANDARDS:
Unless otherwise stipulated in this specification, the insulators shall comply with the
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 52 ~ Signature of Bidder with Seal
Indian Standard Specification IS: 731-1971 and the insulator fittings with IS: 2486 (Pt.:
I) - 1971 and IS: 2486 (Pt.: II)-1974 or the latest version thereof.
20.3 INSULATORS: 20.3.1GENERAL REQUIREMENT:
20.3.1.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed.
20.3.1.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover all the porcelain parts of the insulator except those areas which serve as
supports during firing or are left unglazed for the purpose of assembly. 20.3.1.3 The design of the insulator shall be such that stresses due to expans ion and
contraction in any part of the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard metal.
20.3.1.4 Cement used in the construction of the insulator shall not cause fracture by expansion or loosening by contraction and proper care shall be taken to locate the individual parts correctly during cementing. The cement shall not give rise to
chemical reaction with metal fittings, and its thickness shall be as uniform as possible.
20.4 CLASSIFICATION:
20.4.1 Only Type „B‟ insulators as defined in Indian Standards shall be used. 20.4.2 The string insulators shall only be of ball and socket type.
20.5 BASIC INSULATION LEVEL:
20.5.1 The test voltages of the insulators shall be as under:
Highest System
Voltage
Visible
Discharge Test
Wet Power
Frequency Withstand Test
Power Frequency Puncture
Withstand Test
Impulse
Voltage Withstand Test String Insulator Unit
KVrms KVrms KVrms KVrms KVPeak
36 27 75 1.3 times the actual dry flash
over voltage of the Unit
170
12 9 50 140 155
20.5.2 In this specification, power frequency voltages are expressed as peak values divided by
impulse voltages are expressed as peak values. 20.5.3 The withstand and flashover voltages are referred to the „Reference Atmospheric
Conditions‟ as per Indian Standard.
20.6 MECHANICAL LOAD: The insulators shall be suitable for the minimum failing loads specified as under:
a) Type : Antifog type insulator b) Size of insulator : 280 x 146
c) Electro mechanical strength : 90 KN
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 53 ~ Signature of Bidder with Seal
d) Leakage distance (mm) : 580 mm minimum or as
Required to meet the total creepage
20.7 CREEPAGE DISTANCE: The minimum creepage distance shall be as under:
Highest System Voltage Heavily polluted Atmosphere (Total)
36 KV 580 mm
11 KV 430 mm
Note: For insulator used in an approximately vertical position the values given in Col. (2) or (3) shall apply. For insulators used in an approximately horizontal position, the value given in Col. (2) shall apply but the value in Col. (3) may be
reduced by as much as 20%.
20.8 TEST: The insulators shall comply with the following tests as per IS: 731-1971 and latest
version thereof.
20.8.1 TYPE TEST: 20.8.1.1 Visual examination
20.8.1.2 Verification of dimensions 20.8.1.3 Visible discharge test
20.8.1.4 Impulse voltage withstand test 20.8.1.5 Wet power-frequency voltage withstand test 20.8.1.6 Temperature cycle test
20.8.1.7 Electro-mechanical failing load test 20.8.1.8 Mechanical failing load test (for those of Type B string insulator units to which
electro mechanical failing load test (g) is not applicable) 20.8.1.9 Twenty four hours mechanical strength test (for string insulators only when
specified by the purchaser 20.8.1.10 Puncture Test
20.8.1.11 Porosity test and 20.8.1.12 Galvanizing test
20.8.2 ACCEPTANCE TEST:
The test samples after having withstood the routine tests shall be subjected to the following acceptance test in the order indicated below:
20.8.2.1 Verification of dimensions. 20.8.2.2 Temperature cycle test
20.8.2.3 Twenty four hours mechanical strength test (for string insulator units only when specified by the Owner)
20.8.2.4 Electro-mechanical failing load test 20.8.2.5 Puncture test
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 54 ~ Signature of Bidder with Seal
20.8.2.6 Porosity test
20.8.2.7 Galvanizing test
20.8.3 ROUTINE TEST: 20.8.3.1 Visual examination
20.8.3.2 Mechanical routine test 20.8.3.3 Electrical routine test
20.9 MARKING:
20.9.1Each insulator shall be legibly and indelibly marked to show the following:
20.9.1.1 Name or trade mark of the manufacturer 20.9.1.2 Month and year of manufacture
20.9.1.3 Minimum failing load in Newton 20.9.1.4 Country of the manufacture and 20.9.1.5 ISI Certification mark, if any
20.9.2 Marking on porcelain shall be printed and shall be applied before firing.
20.10 PACKING:
20.10.1 All insulators (without fittings) shall be packed in wooden crates suitable for easy but rough handling and acceptable for rail transport.
20.10.2 Where more than one insulator is packed in a crate, wooden separators shall be fixed between the insulators to keep individual insulators in position without movement
within the crate. Disc insulators, however, may be assembled in string and packed inside a crate to prevent movement.
21.0 3 BOLTED 90 KN GALVANISED HARDWARE FITTING
(B&S): 21.1 GENERAL REQUIREMENT:
21.1.1All forgings and castings shall be of good finish and free of flaws and other defects. The edges on the outside of fittings, such as at the ball socket and holes shall be
rounded. 21.1.2All parts of different fittings which provide for interconnection shall be made such that
sufficient clearance is provided at the connection point to ensure free movement and suspension of the insulator string assembly. All ball and socket connections shall be
free in this manner but care shall be taken that too much clearance between ball and socket is avoided.
21.1.3All ferrous fittings and the parts other than those of stainless steel, shall be galvanized.
Small fittings like spring washers, nuts, etc. may be electro-galvanized.
21.2 TYPE & DIMENSION: 21.2.1 Only ball and socket type insulator sets shall be used. The nominal dimensions of the
ball and sockets, ball eye and cross-arm straps mentioned in GTP.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 55 ~ Signature of Bidder with Seal
21.2.2 Strain clamps shall be suitable for AAAC conductors. The ultimate strength of clamps
shall not be less than 4500 Kg.
21.3 TEST: String insulator fittings shall comply with the following tests as per IS: 2486 (Pt. I).
21.3.1 TYPE TEST:
21.3.1.1 Slip strength test 21.3.1.2 Mechanical test
21.3.1.3 Electrical resistance test 21.3.1.4 Heating cycle test
21.3.1.5 Verification of dimensions 21.3.1.6 Galvanizing/Electroplating test
21.3.1.7 Visual examination test
21.3.2ACCEPTANCE TEST:
21.3.2.1 Verification of dimensions 21.3.2.2 Galvanizing/Electroplating test
21.3.2.3 Mechanical tests
21.3.3ROUTINE TEST: 21.3.3.1 Visual examination test and
21.3.3.2 Routine mechanical test
21.4 MARKING: The caps and clamps shall have marked on them the following:
21.4.1 Name or trade mark of the manufacturer 21.4.2 Year of manufacture
21.5 PACKING:
21.5.1 For packing of GI pins, strain clamps and related hardware, double gunny bags (or wooden cases, if deemed necessary) shall be employed. The heads and threaded
portions of pins and the fittings shall be properly protected against damage. The gross weight of each packing shall not normally exceed 50 Kg. Different fittings shall be
packed in different bags or cases and shall be complete with their minor accessories fitted in place. All nuts shall be hand-tightened over the bolts and screwed up to the
farthest point. 21.5.2 The packages containing fittings may also be marked with the ISI certification mark.
22.0 33 KV PORCELAIN TYPE PIN INSULATOR: 22.1 SCOPE:
This specification covers details of porcelain insulators (Pin Insulators) for use on 33
KV overhead power lines in rural electric distribution system.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 56 ~ Signature of Bidder with Seal
22.2 APPLICABLE STANDARDS:
Except when it conflicts with the specific requirements of this specification, the insulators shall comply with IS: 731 & IS: 3188 as amended from time to time.
22.3 GENERAL REQUIREMENTS:
22.3.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed.
22.3.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover all the porcelain parts of insulators except those areas which serve as support during
firing or are left unglazed for the purpose of assembly. 22.3.3 The design of insulators shall be such that stresses due to expansion and contraction in
any part of the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard metal.
22.3.4 Cement used in construction of insulators shall not cause fracture by expansion or loosening by contraction and proper care shall be taken to locate the individual parts correctly during cementing. The cement shall not give rise to chemical reaction with
metal fittings and its thickness shall be a uniform as possible. 22.3.5 The insulators should preferably be manufactured in automatic temperature -
controlled kilns to obtain uniform baking and better electrical and mechanical properties.
22.4 CLASSIFICATION & DIMENSION:
Pin insulators shall conform to Type B of IS: 731.
22.5 TEST VOLTAGE: The test voltages of insulators shall be as under:
Highest System voltage
Visible Discharge Test
Wet Power Frequency
withstand Test
Power Frequency puncture withstand test
Impulse voltage
withstand Test Pin Insulator
KVrms KVrms KVrms KVrms KVPeak
36 27 80 200 180
22.6 FAILING LOAD:
22.6.1 Mechanical Failing Load (For Pin Insulators only) : The insulators shall be suitable for a minimum failing load of 10 KN applied in
transverse direction.
22.6.2 CREEPAGE DISTANCE:
The minimum creepage distance shall be as under:
Highest System Voltage Normal and Moderately polluted atmosphere
Heavily Polluted atmosphere
Pin Insulator
KV mm mm
36 580 mm 840 mm
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 57 ~ Signature of Bidder with Seal
Note: For insulator used in an approximately vertical position the values given in Col. (2) or
(3) shall apply. For insulators used in an approximately horizontal position, the value given in Col. (2) shall apply but the value in Col. (3) may be reduced by as much as
20%.
22.7 TEST: The insulators shall comply with the following tests as per IS: 731-1971 & latest version
thereof.
22.7.1 TYPE TEST: 22.7.1.1 Visual examination
22.7.1.2 Verification of dimensions 22.7.1.3 Visible discharge test
22.7.1.4 Impulse Voltage Withstand Test 22.7.1.5 Wet Power Frequency Voltage Withstand Test 22.7.1.6 Temperature cycle test
22.7.1.7 Mechanical Failing load test to be carried out as per procedure described at sub-clause: 8.4
22.7.1.8 Puncture Test 22.7.1.9 Porosity Test
22.7.1.10 Galvanizing Test
22.7.2 ROUTINE TEST: 22.7.2.1 Visual examination
22.7.2.2 Hydraulic Internal Pressure test on shells for strain insulators to be carried out as per procedure described at sub-clause 8.4.
22.7.3 ACCEPTANCE TEST: 22.7.3.1 Verification of Dimensions
22.7.3.2 Temperature cycle Test 22.7.3.3 Porosity test
22.7.3.4 Galvanizing test
22.7.4 Following procedure shall be used for conducting tests on insulators: 22.7.4.1 Thermal Mechanical Performance Test (if applicable):
22.7.4.1.1 Thermal Mechanical Performance Test shall be performed in accordance with IEC: 383-1-1993 Clause No.: 20 with the following modifications:
22.7.4.1.1.1 The applied mechanical load during this test shall be 70% of the rated
electromechanical or mechanical value.
22.7.4.1.1.2 The acceptance criteria shall be: 22.7.4.1.1.2.1 X greater than or equal to R + 3S
Where:
X: Mean value of the individual mechanical failing load
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 58 ~ Signature of Bidder with Seal
R: Rated electro-mechanical / mechanical failing load
S: Standard deviation 22.7.4.1.1.2.2 The minimum sample size shall be taken as 20 for disc insulator units.
22.7.4.1.1.2.3 The individual electromechanical failing load shall be at least equal to the rated value. Also puncture shall not occur before the ultimate fracture.
22.7.4.2 Electromechanical/Mechanical Failing Load Test:
This test shall be performed in accordance with clause 18 and 19 of IEC: 383 with the following acceptance:
22.7.4.2.1 X greater than or equal to R + 3S
Where:
X: Mean value of the electro-mechanical/mechanical/ failing load R: Rated electro-mechanical / mechanical failing load S: Standard deviation
22.7.4.2.2 The minimum sample size shall be taken as 20 for disc insulators units. However
for larger lot size, IEC: 591 shall be applicable.
22.7.4.2.3 The individual electro-mechanical/mechanical failing load shall be at least equal to the rated value. Also electrical puncture shall not occur before the ultimate
fracture.
22.8 MARKING: 22.8.1 Each insulator shall be legibly and indelibly marked to show the following:
22.8.1.1 Name or trade mark of manufacturer 22.8.1.2 Month and year of manufacture 22.8.1.3 Minimum failing load in KN
22.8.1.4 ISI certification mark, if any
22.8.2 Markings on porcelain shall be printed and shall be applied before firing.
22.9 PACKING: All insulators (without fittings) shall be packed in wooden crates suitable for easy but
rough handling and acceptable for rail transport. Where more than one insulator is packed in a crate, wooden separators shall be fixed between the insulators to keep
individual insulators in position without movement within the crate.
22.10 INSPECTION: 22.10.1 All tests and inspection shall be made at the place of manufacture unless otherwise
especially agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall afford the inspector representing the purchaser all reasonable facilities, without charge, to satisfy him that the material is being furnished in
accordance with this specification.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 59 ~ Signature of Bidder with Seal
22.10.2 The Owner has the right to have the tests carried out at his own cost by an
independent agency whenever there is dispute regarding the quality of supply.
23.0 CLAMPS & CONNECTORS: 23.1 The material of clamps and connectors shall be Aluminium alloy casting conforming to
designation A6 of IS: 617 for connecting to equipment terminals and conductors of aluminium.
23.2 In case the terminals are of copper, the same clamps/connectors shall be used with 2 mm thick bimetallic liner. The material of clamps and connectors shall be galvanized
mild steel for connecting to shield wire. Bolts, nuts and plain washers shall be hot dip galvanized mild steel for sizes M16 and above.
23.3 For sizes below M16, they shall be electro-galvanized mild steel. The spring washers shall be electro-galvanized mild steel. All castings shall be free from blow holes, surface
blisters, cracks and cavities. All sharp edges and corners shall be rounded off to meet specified corona and radio interference requirements. They shall have same current
rating as that of the connected equipment. 23.4 All current carrying parts shall be at least 10 mm thick. The connectors shall be
manufactured to have minimum contact resistance. Flexible connectors, braids or laminated strips shall be made up of copper/aluminium. Current rating and size of terminal/conductor for which connector is suitable shall be embossed/punched on each
component. 23.5 The tension clamp shall be made out of aluminium alloy conforming to IS: 617 A6 and
of 3 pair bolted (M-16) type suitable for 100 mm sq / 232 mm sq AAAC. UTS of Hardware fittings must be of 90 KN. The tension clamp shall not permit slipping or
damage to failure of the complete conductor or any part thereof at a load less than 95% of ultimate strength of the conductor. The tension clamp shall be of a design that will
ensure unrestricted flow of current without use of parallel groove clamps. M16 x 165 Bolt, nut & washer for cross arm of 1 set, cross arm of 1 pair, ball eye of 1 no., socket
eye of 1 no., tension clamp with keeper of 1 set, M16 U-Bolt, nut & washer of 3 set, M12 SP washer of 8 nos., M16 Rivet with washer of 2 nos. & Split Pin of 3 nos.
23.6 The suspension clamp will be envelope type made out of aluminium alloy suitable for accommodating performed armoured rod. Single suspension type set having ball hook,
tower side arcing horn, socket eye with R-type security clip, line side arcing horn & suspension clamps. Double suspension type set having ball hook, sockets clevis with R-type security clip-3 nos., yoke plate – 2 nos., tower side arcing horn-2 nos., ball clevis-2
nos., line side arcing horn-2 nos., clevis eye & suspension clamp.
24.0 33 KV GI PIN: 24.1 GENERAL REQUIREMENT: 24.1.1 The pin shall be a single piece obtained preferably by the process of forging. It shall
not be made by joining, welding, shrink-fitting or any other process from more than
one piece of material. 24.1.2 It shall be of good finish, free from flaws and other defects. The finish of the collar
shall be such that a sharp angle between the collar and the shank is avoided.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 60 ~ Signature of Bidder with Seal
24.1.3 All ferrous pins, nuts and washer except those made of stainless steel shall be
galvanized. The threads of nuts shall be cut after galvanizing and shall be well oiled and greased.
24.2 TYPE & DIMENSION:
Pins with large steel head Type L300N as per IS: 2486 (Pt.: II) having stalk length of 300 mm and shank length of 150 mm with minimum failing load of 10 KN shall be
used. Pin will have shank dia of 24 mm with threaded portion in the shank of 100 mm min.
24.3 TEST:
Insulator pins shall comply with the following tests as per IS: 2486 (Pt.: I).
24.3.1 TYPE TEST: 24.3.1.1 Visual examination test 24.3.1.2 Checking of threads on heads
24.3.1.3 Galvanizing test 24.3.1.4 Mechanical test
24.3.2 ACCEPTANCE TEST:
24.3.2.1 Checking of threads on heads 24.3.2.2 Galvanizing test
24.3.2.3 Mechanical test
24.3.3 ROUTINE TEST: 24.3.3.1 Visual examination
24.4 PACKING: 24.4.1 For packing of GI pins, strain clamps and related hardware, double gunny bags (or
wooden cases, if deemed necessary) shall be employed. The heads and threaded portions of pins and the fittings shall be properly protected against damage. The gross
weight of each packing shall not normally exceed 50 Kg. 24.4.2 Different fittings shall be packed in different bags or cases and shall be complete with
their minor accessories fitted in place. All nuts shall be hand-tightened over the bolts and screwed up to the farthest point.
25.0 The packages containing fittings may also be marked with the ISI certification mark.
26.0 33 KV F CLAMP: 26.1 33 KV line pole top bracket, i.e., 33 KV „F‟ clamp fabricated out of 75 x 10 MS Flat
welded together as per REC standard and minimum Weight of Cross Arm (min.) is 4.98 Kg.
26.2 After fabrication, the cross arm shall be painted with two coats of red oxide primer and
two coats of aluminium paint confirming to REC construction standard and suitably designed to fit 8 mtr., 9 mtr. & 11 mtr. Joist Pole.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 61 ~ Signature of Bidder with Seal
27.0 33 KV „V‟ CROSS ARM: 33 KV „V‟ Cross Arm fabricated out of 100 x 50 x 6 mm M.S. Channel as per REC
standard and minimum Weight of Cross Arm (min.) is 22 Kg. After fabrication, the cross arm shall be painted with two coats of Red Oxide primer and two coats of
aluminium paint confirming to REC construction standard.
28.0 BACK CLAMP FOR 33 KV „V‟ CROSS ARM: Back clamp for 33 KV „V‟ Cross Arm made out of 50 x 8 mm MS Flat and minimum
Weight of Cross Arm (min.) is 2.4 Kg. After fabrication, the cross arm shall be painted with two coats of red oxide primer and two coats of aluminium paint confirming to REC
construction standard and shall be suitably designed to fit the „V‟ Cross Arm & pole.
29.0 11 KV „V‟ CROSS ARM: 11 KV „V‟ Cross Arm fabricated out of 100 x 50 x 6 mm M.S. Channel as per REC
standard and minimum Weight of Cross Arm (min.) is 10.2 Kg. After fabrication, the cross arm shall be painted with two coats of Red Oxide primer confirming to REC
construction standard.
30.0 BACK CLAMP FOR 11 KV „V‟ CROSS ARM: Back clamp for 11 KV „V‟ Cross Arm made out of 50 x 8 mm MS Flat and minimum
Weight of Back clamp for 11 KV „V‟ Cross Arm (min.) is 1.7 Kg. After fabrication, the cross arm shall be painted with two coats of red oxide primer confirming to REC construction standard and shall be suitably designed to fit the „V‟ Cross Arm as well as
pole.
31.0 11 KV F CLAMP: 11 KV line pole top bracket, i.e., 11 KV „F‟ clamp fabricated out of 75 x 10 MS Flat welded together as per REC standard and minimum Weight of 11 KV „F‟ clamp (min.) is 2.9 Kg. After fabrication, the cross arm shall be painted with two coats of red oxide
primer confirming to REC construction standard and suitably designed to fit 8 mtr., 9 mtr., 11 mtr. & 13 mtr. Joist Pole.
32.0 11 KV PORCELAIN TYPE PIN INSULATOR: 32.1 SCOPE:
This specification covers details of porcelain insulators (Pin Insulators) for use on 11
KV overhead power lines in electric distribution system.
32.2 APPLICABLE STANDARDS: Except when it conflicts with the specific requirements of this specification, the
insulators shall comply with IS: 731 & IS: 3188 as amended from time to time.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 62 ~ Signature of Bidder with Seal
32.3 GENERAL REQUIREMENTS:
32.3.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed.
32.3.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover all the porcelain parts of insulators except those areas which serve as support during
firing or are left unglazed for the purpose of assembly. 32.3.3 The design of insulators shall be such that stresses due to expansion and contraction in
any part of the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard metal.
32.3.4 Cement used in construction of insulators shall not cause fracture by expansion or loosening by contraction and proper care shall be taken to locate the individual parts
correctly during cementing. 32.3.5 The cement shall not give rise to chemical reaction with metal fittings and its thickness
shall be a uniform as possible. 32.3.6 The insulators should preferably be manufactured in automatic temperature -
controlled kilns to obtain uniform baking and better electrical and mechanical
properties.
32.4 CLASSIFICATION AND DIMENSIONS: Pin insulators shall conform to Type B of IS: 731.
32.5 TEST VOLTAGES:
The test voltages of insulators shall be as under:
Highest
System voltage
Visible Discharge
Test
Wet Power
Frequency withstand Test
Power Frequency puncture
withstand test
Impulse
voltage withstand Test Pin Insulator
KVrms KVrms KVrms KVrms KVPeak
12 9 35 105 75
32.6 FAILING LOAD: Mechanical Failing Load (For Pin Insulators only): The insulators shall be suitable for a minimum failing load of 5 KN applied in transverse
direction.
32.7 CREEPAGE DISTANCE: The minimum creepage distance shall be as under:
Highest System Voltage Normal and Moderately polluted atmosphere
Heavily Polluted atmosphere
Pin Insulator
KV mm mm
12 230 320
Note: Higher value of creepage distance has been specified for strain insulators as these are normally used in horizontal position in 11 KV lines.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 63 ~ Signature of Bidder with Seal
32.8 TEST:
The insulators shall comply with the following tests as per IS: 731.
32.8.1 TYPE TEST: 32.8.1.1 Visual examination
32.8.1.2 Verification of dimensions 32.8.1.3 Visible discharge test
32.8.1.4 Impulse Voltage Withstand Test 32.8.1.5 Wet Power Frequency Voltage Withstand Test
32.8.1.6 Temperature cycle test 32.8.1.7 Mechanical Failing load test to be carried out as per procedure described at sub-
clause: 8.4 32.8.1.8 Puncture Test
32.8.1.9 Porosity Test 32.8.1.10 Galvanizing Test
32.8.2 ROUTINE TEST: 32.8.2.1 Visual examination
32.8.3 ACCEPTANCE TEST:
32.8.3.1 Verification of Dimensions 32.8.3.2 Temperature cycle Test
32.8.3.3 Porosity test 32.8.3.4 Galvanizing test
32.8.4 Following procedure shall be used for conducting tests on insulators:
32.8.4.1 Thermal Mechanical Performance Test (if applicable): Thermal Mechanical Performance Test shall be performed in accordance with IEC: 383-1-1993 Clause 20 with the following modifications:
32.8.4.2 The applied mechanical load during this test shall be 70% of the rated
electromechanical or mechanical value.
32.8.4.3 The acceptance criteria shall be: 32.8.4.3.1 X greater than or equal to R + 3S
Where:
X: Mean value of the individual mechanical failing load R: Rated electro-mechanical / mechanical failing load
S: Standard deviation
32.8.4.3.2 The minimum sample size shall be taken as 20 for disc insulator units. 32.8.4.3.3 The individual electromechanical failing load shall be at least equal to the rated
value. Also puncture shall not occur before the ultimate fracture.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 64 ~ Signature of Bidder with Seal
29.8.4.2 Electromechanical/Mechanical Failing Load Test:
This test shall be performed in accordance with clause 18 and 19 of IEC: 383 with the following acceptance:
29.8.4.2.1 X greater than or equal to R + 3S
Where: X: Mean value of the electro-mechanical/mechanical/ failing load
R: Rated electro-mechanical / mechanical failing load S: Standard deviation
29.8.4.2.2 The minimum sample size shall be taken as 20 for disc insulators units. However for larger lot size, IEC: 591 shall be applicable.
29.8.4.2.3 The individual electro-mechanical/mechanical failing load shall be at least equal to the rated value. Also electrical puncture shall not occur before the ultimate
fracture.
29.9 MARKING:
29.9.1 Each insulator shall be legibly and indelibly marked to show the following: 29.9.1.1 Name or trade mark of manufacturer
29.9.1.2 Month and year of manufacture 29.9.1.3 Minimum failing load in KN
29.9.1.4 ISI certification mark, if any 29.9.2 Markings on porcelain shall be printed and shall be applied before firing.
29.10 PACKING:
All insulators (without fittings) shall be packed in wooden crates suitable for easy but rough handling and acceptable for rail transport. Where more than one insulator is
packed in a crate, wooden separators shall be fixed between the insulators to keep individual insulators in position without movement within the crate.
29.11 INSPECTION: 29.11.1 All tests and inspection shall be made at the place of manufacture unless otherwise
especially agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall afford the inspector representing the purchaser all reasonable
facilities, without charge, to satisfy him that the material is being furnished in accordance with this specification.
29.11.2 The purchaser has the right to have the tests carried out at his own cost by an independent agency whenever there is dispute regarding the quality of supply.
33.0 11 KV GI PIN: 33.1 SCOPE:
This specification covers details and test requirements for:
33.1.1 Pins for 11 KV Insulators
33.1.2 Helically Formed Pin Insulator Ties
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 65 ~ Signature of Bidder with Seal
33.2 APPLICABLE STANDARDS:
Pins shall comply with the requirements of IS: 2486 (Pt.: I & II). Helically formed fittings shall comply with IS: 12048-1987.
33.3 PINS FOR INSULATORS:
33.3.1 General Requirements: The pins shall be of single piece obtained preferably by the process of forging. They
shall not be made by joining, welding & shrink fitting or any other process using more than one piece of material. The pins shall be of good finish, free from flaws and other
defects. The finish of the collar shall be such that a sharp angle between the collar and the shank is avoided. All ferrous pins, nuts and washers, except those made of stainless
steel, shall be galvanized. The threads of nuts and taped holes, when cut after galvanizing shall be well oiled or greased.
33.3.2 Dimension:
Pins shall be of small steel head type S 165 P as per IS: 2486 (Part-II) having stalk
length of 165 mm and shank length of 150 mm with minimum failing load of 5 KN.
33.3.3 Test: Insulator pins shall comply with the following test requirements as per IS: 2486 (Part-
I)-1993 or latest version thereof.
33.3.3.1 Type Test: 33.3.3.1.1 Checking of threads on heads
33.3.3.1.2 Galvanizing test 33.3.3.1.3 Visual examination test
33.3.3.1.4 Mechanical test 33.3.3.2 Acceptance Test:
33.3.3.2.1 Checking of threads on heads 33.3.3.2.2 Galvanizing test
33.3.3.2.3 Mechanical test
33.3.3.3 Routine Test: 33.3.3.3.1 Visual examination test
33.4 HELICALLY FORMED PIN INSULATOR TIES:
33.4.1 Helically formed ties used for holding the conductor on the pin insulator shall be made of aluminium alloy or aluminized steel or aluminium-clad steel wires and shall
conform to the requirements of IS: 12048-1987. 33.4.2 The ties shall be suitable for pin insulator dimensions and conductor sizes to be
specified by the purchaser.
Note: Helically formed insulators ties are made to suit specific sizes of conductors,
which should be clearly specified by the purchaser. Elastomer pad for insulator
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 66 ~ Signature of Bidder with Seal
shall be used with the ties to avoid abrasion of the conductor coming in to direct
contact with the insulator.
TEST: The ties shall be subjected to the tests specified in IS: 12048-1987.
34.0 20 mm DIA GALVANISED HT STAY SET: 34.1 The 20 mm dia. Stay set (Line Guy set) will consist of the following components:
34.1.1 ANCHOR ROD WITH ONE WASHER AND NUT:
Overall length of Rod should be 1800 mm to be made out of 20 mm dia GS Rod, one end threaded up to 40 mm length with a pitch of a thread per cm. And provided with
one square G.S. Washer of Size 50 x 50 x 1.6 mm and one GS Hexagonal nut conforming to IS: 1367: 1967 & IS: 1363: 1967. Both washer & nut to suit the
threaded rod of 20 mm. The other end of the rod to be made into a round eye having an inner dia of 40 mm with best quality welding. Dimensional and other details are
indicated and submitted by bidders for owner‟s approval before start of manufacturing.
34.1.2 ANCHOR PLATE: Size 300 x 300 x 8 mm: To be made out of G.S. Plate of 8 mm thickness. The anchor plate to have at its center 22 mm dia hole.
34.1.3 TURN BUCKLE, EYE BOLT WITH 2 NUTS:
To be made of 20 mm dia G.S. Rod having an overall length of 450 mm. One end of the rod to be threaded up to 300 mm length with a pitch of 4 threads per cm. The 20
mm dia bolt so made shall be provided with two G.S. Hexagonal nuts of suitable size conforming to IS: 1637/1967 & IS: 1363/1967. The other end of the rod shall be
rounded into a circular eye of 40 mm inner dia with proper and good quality of welding. Welding details are to be indicated by the bidder separately for approval.
34.1.4 BOW WITH WELDED CHANNEL:
To be made out of 16 mm dia G.S. Rod. The finished bow shall have and overall length of 995 mm at height of 450 mm. The apex or top of the bow shall be bent at an
angle of 10 R. The other end shall be welded with proper and good quality welding to a G.S. Channel 200 mm long having a dimension of 100 x 50 x 4.7 mm. The Channel shall have 2 holes of 18 mm dia and 22 dia hole at its center.
34.1.5 THIMBLE 2 Nos.:
To be made of 1.5 mm thick G.S. sheet into a size of 75 x 22 x 40 mm and shape as per standard.
34.1.6 GALVANISING:
The complete assembly shall be hot dip galvanized.
34.1.7 WELDING: The minimum strength of welding provided on various components of 20 mm dia stay
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 67 ~ Signature of Bidder with Seal
sets shall be 4900 Kg. Minimum 6 mm filet weld or its equivalent weld area should be
deposited in all positions of the job, i.e., at any point of the weld length. The welding shall be conforming to relevant IS: 823/1964 or its latest amendment.
34.1.8 THREADING:
The threads on the Anchor Rods, Eye Bolts and Nuts shall be as per specification IS: 4218:1967 (ISO Metric Screw Threads). The Nuts shall be conforming to the
requirements of IS: 1367:1967 and have dimension as per IS: 1363: 1967. The mechanical property requirement of fasteners shall confirm to the properly clause 4.6
each for anchor rods and Eye bolt and property Clause: 4 for nuts as per IS: 1367: 1967.
Average weight of finished 20 mm dia. Stay Sets : 14.523 Kg. (minimum)
(Excluding Nuts, Thimbles & Washers) 15.569 Kg. (maximum)
34.2 TEST CERTIFICATE FOR 20 mm DIA HT STAY SET: The contractor shall be required to conduct testing of materials at NABL accredited
testing laboratory during pre–dispatch inspection for Tensile Load of 4900 Kg. applied for one minute on the welding & maintained for one minute for 20 mm dia stay sets.
34.3 IDENTIFICATION MARK FOR 20 mm DIA HT STAY SET:
All stay sets should carry the identification mark of word “WESCO Utility” and size of the stay set. This should be engraved on the stay plate and on stay rods to ensure proper
identification of the materials. The nuts should be of a size compatible with threaded portion of rods and there should be no play or slippage of nuts. Welding wherever
required should be perfect and should not give way after erection.
34.4 TOLERANCES FOR 20 mm DIA HT STAY SET:
The tolerances for various components of the stay sets are indicated below subject to the condition that the average weight of finished stay sets of 20 mm dia excluding nuts,
thimbles & washers shall not be less than the weight specified above:
35.0 HT STAY CLAMP (1.9 KG./PAIR): HT stay clamp suitable for R.S. Joist poles made out of 50 x 8 mm M.S Flat, confirming
to latest IS Specification. After fabrication, the clamp for HT stay shall be painted with two coats of Red Oxide and two coats of aluminium paint conforming to REC
construction standard and drawing.
36.0 7/8 SWG GI STAY WIRE: 36.1 SCOPE:
This Specification covers details of G.I. stranded stay wires of 7/8 SWG for use in 33 KV distribution system.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 68 ~ Signature of Bidder with Seal
36.2 APPLICABLE STANDARD:
Except when they conflict with the specific requirements of this specification, the G.I. Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-
1979 & IS: 6594-1974 or the latest versions thereof.
36.3 APPLICATION & SIZES: 36.3.1 The G.I. stranded wires covered in this Specification are intended for use on the
overhead power line poles, distribution transformer structures etc. 36.3.2 The G.I. stranded wires shall be of 7/3.15 mm standard sizes.
36.4 MATERIAL:
The wires shall be drawn from steel made by the open hearth basic oxygen or electric furnace process and of such quality that when drawn to the size of wire specified and
coated with zinc, the finished strand and the individual wires shall be of uniform quality and have the properties and characteristics as specified in this specification. The wires shall not contain sulphur and phosphorus exceeding 0.060% each.
36.5 TENSILE GRADE:
The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2
conforming to IS: 2141.
36.6 GENERAL REQUIREMENTS:
36.6.1 The outer wire of strands shall have a right-hand lay. 36.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.
36.7 MINIMUM BREAKING LOAD:
The minimum breaking load of the wires before and after stranding shall be as follows:
No. of wires
& const.
Wire dia
(mm)
Min. breaking load of Single
wire before stranding (KN)
Min. breaking load of the
standard wire (KN)
7 (6/1) 4 8.80 58.45
36.8 CONSTRUCTION:
36.8.1 The galvanized stay wire shall be of 7-wire construction. The wires shall be so stranded together that when an evenly distributed pull is applied at the ends of
completed strand, each wire shall take an equal share of the pull.
36.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be less than 15 meter apart in the finished strands.
36.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits and other defects.
36.9 TOLERANCES:
A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 69 ~ Signature of Bidder with Seal
36.10 SAMPLING CRITERIA:
The sampling criteria shall be in accordance with IS: 2141.
36.11 TESTS ON WIRES BEFORE MANUFACTURE: The wires shall be subjected to the following tests in accordance with IS: 2141:
36.11.1 Ductility Test 36.11.2 Tolerance on Wire Diameter
36.12 TESTS ON COMPLETED STRAND:
The completed strand shall be tested for the following tests in accordance with IS: 2141.
36.12.1 Tensile and Elongation Test : The percentage elongation of the
Stranded wire shall not be less than 6% 36.12.2 Chemical Analysis 36.12.3 Galvanizing Test : The Zinc Coating shall conform to
“Heavy Coating” as laid down in IS: 4826
36.13 MARKING: Each coil shall carry a metallic tag, securely attached to the inner part of the coil,
bearing the following information:
36.13.1 Manufacturers‟ name or trade mark 36.13.2 Lot number and coil number
36.13.3 Size 36.13.4 Construction
36.13.5 Tensile Designation 36.13.6 Lay 36.13.7 Coating
36.13.8 Length 36.13.9 Mass
36.13.10 ISI certification mark, if any
36.14 PACKING: The wires shall be supplied in 75-100 Kg. coils. The packing should be done in
accordance with the provisions of IS: 6594.
37.0 7/10 SWG GI STAY WIRES: 37.1 SCOPE:
This Specification covers details of G.I. stranded stay wires of 7/10 SWG for use in 11 KV distribution system.
37.2 APPLICABLE STANDARDS:
Except when they conflict with the specific requirements of this specification, the G.I. Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 70 ~ Signature of Bidder with Seal
1979 & IS: 6594-1974 or the latest versions thereof.
37.3 APPLICATION AND SIZES:
37.3.1 The G.I. stranded wires covered in this Specification are intended for use on the overhead power line poles, distribution transformer structures etc.
37.3.2 The G.I. stranded wires shall be of 7/3.15 mm standard size.
37.4 MATERIAL: The wires shall be drawn from steel made by the open hearth basic oxygen or electric
furnace process and of such quality that when drawn to the size of wire specified and coated with zinc, the finished strand and the individual wires shall be of uniform quality
and have the properties and characteristics as specified in this specification. The wires shall not contain sulphur and phosphorus exceeding 0.060% each.
37.5 TENSILE GRADE:
The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2
conforming to IS: 2141.
37.6 GENERAL REQUIREMENTS: 37.6.1 The outer wire of strands shall have a right-hand lay.
37.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.
37.7 MINIMUM BREAKING LOAD: The minimum breaking load of the wires before and after stranding shall be as follows:
No. of wires
& const.
Wire dia
(mm)
Min. breaking load of Single
wire before stranding (KN)
Min. breaking load of the
standard wire (KN)
7(6/1) 3.15 5.45 36.26
37.8 CONSTRUCTION:
37.8.1 The galvanized stay wire shall be of 7-wire construction. The wires shall be so stranded together that when an evenly distributed pull is applied at the ends of
completed strand, each wire shall take an equal share of the pull. 37.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be
less than 15 meter apart in the finished strands. 37.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits
and other defects.
37.9 TOLERANCES: A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.
37.10 SAMPLING CRITERIA:
The sampling criteria shall be in accordance with IS: 2141.
37.11 TESTS ON WIRES BEFORE MANUFACTURE:
The wires shall be subjected to the following tests in accordance with IS: 2141.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 71 ~ Signature of Bidder with Seal
37.11.1 Ductility Test
37.11.2 Tolerance on Wire Diameter
37.12 TESTS ON COMPLETED STRAND: The completed strand shall be tested for the following tests in accordance with IS:
2141. 37.12.1 Tensile and Elongation Test : The percentage elongation of the
Stranded wire shall not be less than 6%
37.12.2 Chemical Analysis 37.12.3 Galvanizing Test : The Zinc Coating shall conform to
“Heavy Coating” as laid down in IS: 4826
37.13 MARKING:
Each coil shall carry a metallic tag, securely attached to the inner part of the coil,
bearing the following information:
37.13.1 Manufacturer‟s name or trade mark 37.13.2 Lot number and coil number
37.13.3 Size 37.13.4 Construction
37.13.5 Tensile Designation 37.13.6 Lay
37.13.7 Coating 37.13.8 Length
37.13.9 Mass 37.13.10 ISI certification mark, if any
37.14 PACKING: The wires shall be supplied in 75-100 Kg. coils. The packing should be done in
accordance with the provisions of IS: 6594.
38.0 HT STAY INSULATOR: 38.1 SCOPE:
This Specification covers porcelain guy strain insulators for use in high tension electrification system.
38.2 APPLICABLE STANDARDS:
Unless otherwise modified in this specification, the insulators shall comply with IS: 5300-1969 or the latest version thereof.
38.3 GENERAL REQUIREMENTS:
38.3.1 The porcelain insulator shall be sound, free from defects, thoroughly vitrified and smoothly glazed.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 72 ~ Signature of Bidder with Seal
38.3.2 The design of the insulator shall be such that the stresses due to expansion and
contraction in any part of the insulator shall not lead to its deterioration. 38.3.3 The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover
the entire porcelain surface parts except those areas that serve as supports during firing.
38.4 TYPE OF INSULATORS:
38.4.1 The standard guy strain insulators shall be of designations „A‟ & „C‟ as per IS: 5300. 38.4.2 The recommended type of guy strain insulators for use on guy wires of overhead lines
of different voltage levels are as follows:
Power Line Voltage Designation of Insulators Creepage Distance (min.)
11000 V C 57 mm
38.5 DIMENSIONS:
The dimensions of guy strain insulators shall be in accordance with Indian standards.
38.6 BASIC INSULATION LEVELS:
The test voltage of the insulators shall be as under:
Designation of
Insulator
Dry one minute power
Frequency withstand Voltage (KVrms)
Wet one minute power
Frequency withstand voltage (KVrms)
C 27 13
38.7 MECHANICAL STRENGTH:
The insulators shall be suitable for the minimum failing loads specified as under:
Designation of Insulator Minimum failing load (KN)
C 88
38.8 TESTS: The insulators shall comply with the following routine, type and acceptance tests as per
IS: 5300.
38.8.1 Routine Test: 38.8.1.1 Visual examination
38.8.2 Type Tests:
38.8.2.1 Visual examination 38.8.2.2 Verification of dimensions
38.8.2.3 Temperature cycle test 38.8.2.4 Dry one-minute power-frequency voltage withstand test 38.8.2.5 Wet one-minute power frequency voltage withstand test
38.8.2.6 Mechanical strength test
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 73 ~ Signature of Bidder with Seal
38.8.2.7 Porosity test
38.8.3 Acceptance Tests:
Acceptance Tests to be conducted in the following order:
38.8.3.1 Verification of dimensions 38.8.3.2 Temperature cycle test
38.8.3.3 Mechanical strength test 38.8.3.4 Porosity test
38.9 MARKING:
38.9.1 Each insulator shall be legibly and indelibly marked to show the following:
38.9.1.1 Name or trade mark of the manufacturer 38.9.1.2 Year of manufacture 38.9.1.3 ISI certification mark, if any
38.9.2 Marking on porcelain shall be applied before firing.
38.10 PACKING:
All insulators shall be packed in wooden crates suitable for easy but rough handling and acceptable for rail transport. Wooden separators shall be fixed between the
insulators to keep individual insulators in position without movement within the crate.
39.0 16 mm DIA LT STAY SET: 39.1 The 16 mm dia. Stay set (LT Line Guy set) will consist of the following components:
39.1.1 ANCHOR ROD WITH ONE WASHER AND NUT:
Overall length of rod should be 1800 mm to be made out of 16 mm dia GS Rod, one end threaded up to 40mm length with a pitch of 5 threads per cm and provided with
one square GS washer of size 40 x 40 x 1.6 mm and one GS hexagonal nut conforming to IS: 1367: 1967 & IS: 1363: 1967. Both washer and nut to suit threaded rod of 16
mm dia. The other end of the rod to be made in to a round eye having an inner dia of 40 mm with best quality welding.
39.1.2 ANCHOR PLATE SIZE 200 x 200 x 6 mm: To be made out of GS plate of 6 mm thickness. The anchor plate should have at its
centre 18 mm dia hole.
39.1.3 TURN BUCKLE & EYE BOLT WITH 2 NUTS: To be made of 16 mm dia GS Rod having an overall length of 450 mm, one end of the
rod to be threaded up to 300 mm length with a pitch of 5 threads per cm and provided with two GS Hexagonal nuts of suitable size conforming to IS: 1363: 1967 & IS: 1367:
1967. The other end of rod shall be rounded into a circular eye of 40mm inner dia with proper and good quality welding.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 74 ~ Signature of Bidder with Seal
39.1.4 BOW WITH WELDED ANGLE:
To be made out of 16 mm dia GS rod. The finished bow shall have an overall length of 995 mm and height of 450 mm, the apex or top of the bow shall be bent at an angle of
10 R. The other end shall be welded with proper and good quality welding to a GS angle 180 mm long having a dimension of 50 x 50 x 6 mm. The angle shall have 3
holes of 18 mm dia each.
39.1.5 THIMBLE: To be made on 1.5 mm thick GS sheet into a size of 75 x 22 x 40 mm and shape as per
standard shall be supplied.
39.2 Galvanizing: The complete assembly shall be hot dip galvanized.
39.3 WELDING:
The minimum strength of welding provided on various components of 16mm dia stay
sets shall be 3100 Kg. Minimum 6 mm fillet weld or its equivalent weld area should be deposited in all positions of the job, i.e., at any point of the weld length. The welding
shall be conforming to relevant IS: 823/1964 or its latest amendment. Minimum length of weld to be provided at various places in the stay sets shall be indicated by the bidder.
Welding if, found short in lengths as per final approved drawings shall be rejected.
39.4 THREADING: The threads on the Anchor Rod, Eye Bolt & Nuts shall be as per specification IS: 4218:
1967 (ISO Metric Screw Threads). The nuts shall be conforming to the requirement of IS: 1367: 1967 & have dimensions as per IS: 163: 1967. The mechanical property
requirement of fasteners shall conform to property Clause: 4.6 each for anchor rod & Eye bolt and property Clause: 4 for nuts as per IS: 1367: 1967.
Average weight of finished 16 mm dia. Stay Sets : 7.702 Kg. (minimum) (Excluding Nuts, Thimbles & Washers)
: 8.445 Kg. (maximum)
39.5 TEST CERTIFICATE FOR 16 mm DIA LT STAY SET: The contractor shall be required to conduct testing of materials at NABL accredited
testing laboratory during pre-dispatch inspection for Tensile Load of 3100 Kg. applied for one minute on the welding & maintained for one minute for 16 mm dia stay sets.
39.6 IDENTIFICATION MARK FOR 16 mm DIA LT STAY SET:
All stay sets should carry the identification mark of word _______ and size of the stay set. This should be engraved on the stay plate and on stay rods to ensure proper
identification of the materials. The nuts should be of a size compatible with threaded portion of rods and there should be no play or slippage of nuts. Welding wherever required should be perfect and should not give way after erection.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 75 ~ Signature of Bidder with Seal
39.7 TOLERANCES FOR 16 mm DIA LT STAY SET:
The tolerances for various components of the stay sets are indicated below subject to the condition that the average weight of finished stay sets of 16 mm dia excluding nuts,
thimbles & washers shall not be less than the weight specified above:
Sl.
No.
Item Section
Tolerance
Fabrication Tolerances Material
1
Anchor Plate
6 mm thick
+12.5% - 5%
200 x 200 mm + 1% GS plate 6 mm thick
8 mm thick +12.5% - 5%
300 x 300 mm + 1% GS plate 8 mm thick
2
Anchor Rod
16 mm dia
+5%- 3%
Length 1800 mm + 0.5% GS Round 16 mm dia
Rounded Eye 40 mm inside dia + 3%.
Threading 40 mm + 11% - 5
GS Round 16 mm dia
3
3 Turn
Buckle Bow
16 mm dia
+5%- 3%
Length 995 mm + 1% 16 mm dia GS Round 16 mm dia
Length 180 mm + 1% 50x50x6 mm GS Angle
Channel length 200 mm + 1% GS Channel 100 x 50 x 4.7 mm
4
4 Eye Bolt
Rod
16 mm dia
+5%- 3%
Length 450 mm + 1% GS Round
Threading 300 mm + 1% 16 mm dia
Round Eye 40 mm inside dia + 3%
40.0 LT Stay Insulator: 40.1 SCOPE:
This Specification covers porcelain guy strain insulators for use in low tension
electrification system.
40.2 APPLICABLE STANDARDS: Unless otherwise modified in this specification, the insulators shall comply with IS:
5300-1969 or the latest version thereof.
40.3 GENERAL REQUIREMENTS: 40.3.1 The porcelain insulator shall be sound, free from defects, thoroughly vitrified and
smoothly glazed.
40.3.2 The design of the insulator shall be such that the stresses due to expansion and contraction in any part of the insulator shall not lead to its deterioration.
40.3.3 The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover the entire porcelain surface parts except those areas that serve as supports during
firing.
40.4 TYPE OF INSULATORS: 40.4.1 The standard guy strain insulators shall be of designations „A‟, „B‟ and „C‟ as per IS:
5300.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 76 ~ Signature of Bidder with Seal
40.4.2 The recommended type of guy strain insulators for use on guy wires of overhead lines
of different voltage levels are as follows:
Power Line Voltage Designation of Insulators
415/240 V A B
40.5 DIMENSIONS:
The dimensions of guy strain insulators shall be in accordance with Indian standards.
40.6 BASIC INSULATION LEVELS: The test voltage of the insulators shall be as under:
Designation of Insulator
Dry one minute power Frequency withstand Voltage
(KVrms)
Wet one minute power Frequency withstand voltage
(KVrms)
A 22 9
40.7 MECHANICAL STRENGTH:
The insulators shall be suitable for the minimum failing loads specified as under:
Designation of Insulator Minimum failing load (KN)
B 53
40.8 TESTS:
The insulators shall comply with the following routine, type and acceptance tests as per IS: 5300.
40.8.1 Routine Test: 40.8.1.1 Visual examination
40.8.2 Type Tests:
40.8.2.1 Visual examination 40.8.2.2 Verification of dimensions
40.8.2.3 Temperature cycle test 40.8.2.4 Dry one-minute power-frequency voltage withstand test
40.8.2.5 Wet one-minute power frequency voltage withstand test 40.8.2.6 Mechanical strength test
40.8.2.7 Porosity test
40.8.3 Acceptance Tests: Acceptance Tests to be conducted in the following order.
40.8.3.1 Verification of dimensions 40.8.3.2 Temperature cycle test 40.8.3.3 Mechanical strength test
40.8.3.4 Porosity test
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 77 ~ Signature of Bidder with Seal
40.9 MARKING:
40.9.1 Each insulator shall be legibly and indelibly marked to show the following:
40.9.1.1 Name or trade mark of the manufacturer 40.9.1.2 Year of manufacture
40.9.1.3 ISI certification mark, if any 40.9.2 Marking on porcelain shall be applied before firing.
40.10 PACKING:
All insulators shall be packed in wooden crates suitable for easy but rough handling and acceptable for rail transport. Wooden separators shall be fixed between the insulators to
keep individual insulators in position without movement within the crate.
41.0 LT STAY CLAMP (1.4 KG./PAIR): LT stay clamp suitable for R.S. Joist poles & PSC poles made out of 50x6 mm M.S
Flat, confirming to latest IS Specification. After fabrication, the clamp for LT stay shall be painted with two coats of Red Oxide and two coats of aluminium paint conforming to
REC construction standard and drawing.
42.0 MS CHANNEL, ANGLE & FLAT: 42.1 APPLICABLE STANDARDS:
The mild steel shall conform to IS: 2062 grade „A‟ modified up to date or equivalent international standard for steel materials, documents for which shall be made available
at the time of inspection to the owner‟s representative.
42.2 GENERAL REQUIREMENTS: Material shall be supplied as per the following sizes:
42.2.1 100 x 50 x 6 ISMC channel conforming to IS: 2062 grade „A‟ modified up to date or its equivalent International Standard having length of 3 meter. & weight of 9.2 Kg/mtr.
42.2.2 75 x 40 x 6 ISMC channel conforming to IS: 2062 grade „A‟ modified up to date or its equivalent International Standard having length ranging from 5.5 to 13.5 meters & weight of 6.8 Kg/mtr.
42.2.3 50 x 50 x 6 mm ISA angles conforming to IS: 2062 grade „A‟ modified up to date or its equivalent international standard having length ranging from 5.5 to 13.5 meters &
weight of 4.5 Kg/mtr. 42.2.4 50x6 mm galvanised flats conforming to IS: 2062 grade „A‟ modified up to date or its
equivalent international standard having length ranging from 5.5 to 9.5 meters.
42.3 INSPECTION: All inspection/test will be carried out by representative of owner. All tests and
inspection shall be made at the place of manufacturer unless otherwise specially agreed upon by the manufacturer and the owner. The manufacturer shall provide all reasonable
facilities without charge to satisfy him that the material is being supplied in accordance with the specification.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 78 ~ Signature of Bidder with Seal
43.0 EARTHING OF SUPPORT (COIL TYPE): 43.1 Technical Requirement:
Earthing Coils shall be fabricated from soft GI Wire Hot Dip Galvanized. The Hot Dip galvanized wire shall have clean surface and shall be free from paint enamel or any
other poor conducting material. The coil shall be made as per REC constructions standard. The Hot Dip galvanizing shall conform to IS: 2629/1966, 2633/1972 & 4826/1969 with latest amendments. Galvanizing should be heavily coated and should
stand for the following tests.
43.1.1 Galvanizing Test 43.1.2 Adhesion Test
43.2 GALVANIZING TESTS:
43.2.1 Minimum Mass of Zinc:
43.2.1.1 On GI Wire : 280 cm/m2
43.2.1.2 After Coiling : 266 gm/m2
43.2.2 The certificate from recognized laboratory shall be submitted towards mass of zinc. 43.2.3 Dip Test shall stand 3 dips of 1 minute and one dip of ½ minute before coiling and 43
dips of 1 minute after coiling as per IS: 4826/1979.
43.3 ADHESION TEST : Adhesion test should be carried out as per IS: 4826 – 1979.
43.4 DIMENSION:
The dimensional requirement shall be as follows:
43.4.1 Nominal dia of GI Wire : 4 mm (Tolerance + 2.5%) 43.4.2 Minimum no. of turns : 115 nos.
43.4.3 External dia of Coil (Min) : 50 mm 43.4.4 Length of Coil (Min : 460 mm
43.4.5 Free length of 43.4.6 GI Wire at one end coil (Min.) : 2500 mm 43.4.7 The turns should be closely bound
43.4.8 Weight of one Finished Earthing Coils (min.) : 1.850 Kg.
44.0 EYE HOOKS FOR AB CABLE: 44.1 General Requirement: 44.1.1 Eye hooks shall be of Hot dip GI as per REC construction standard E-35 (Type: A)
44.1.2 It should be made of forged hot dip galvanized steel as per IS: 1570 44.1.3 The clamp corrosion resistance should conform to standards IS: 2629 & IS: 2633
44.1.4 Eye looks should be designed as to hold suspension clamps and Dead end clamps and
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 79 ~ Signature of Bidder with Seal
to be installed with the pole clamp.
44.1.5 Eye-hooks should be made of forged Galvanized steel. 44.1.6 Bolts and nuts should be made of hot dip Galvanized steel according to VDE 0210 and
VDE 0212. 44.1.7 Ultimate Tensile strength (UTs) of the clamp should 20 KN.
44.2 TEST:
44.2.1 TYPE TEST: 44.2.1.1 Mechanical strength
44.2.1.2 Galvanizing test
44.2.2 ACCEPTANCE TEST: 44.2.2.1 Verification of dimensions
44.2.2.2 Galvanizing test 44.2.2.3 Minimum breaking load (KN)
The Acceptance Tests are to be conducted as per REC Spec. and as per relevant IS Specifications & sampling plan as per clause No.: 08.
44.3 DRAWINGS & SAMPLES:
GA drawing, GTP and other particulars along with samples are to be submitted along with offer.
45.0 G.I. NUTS, BOLTS & WASHER (ASSORTED SIZE): 45.1 GENERAL: 45.1.1 The bolts & Nuts shall be ISI Marked Mild Steel of Black Grade “B” and shall be
round with hexagonal head. 45.1.2The Bolts and Nuts shall be manufactured by Hot/Cold forging process neatly and
cleanly finished and shall have metric threads as per IS: 4218/1967 with its latest amendments.
45.1.3The dimensions of the bolts & nuts and tolerances should conform to IS: 1363 with their latest amendments in all respect.
45.1.4The eccentricity and angular errors of various elements shall be within specified limits as per IS: 1367/1967 with its latest amendments the bolts & nuts shall be free from forging and threading defects such as cuts, spats, burns, bulging taper eccentricity &
loose fill etc. which may affect their serviceability. 45.1.5The colt heads and nuts shall be chamfered on one face only and other face shall be
machined made. 45.1.6Mechanical property requirement of tester shall conform to IS: 1367 (Part-III): 1979
property class: 4.6 for bolts & property class: 5 for nuts as per IS: 1367 (Part VI): 1980.
45.1.7The bolts, nuts & washer are to be galvanized with hot dip as per IS: 2633/1989 with latest amendment.
45.1.8The assorted size of bolts & nuts shall be supplied in well-cleaned conditions and suitably protected against corrosion in bags of 50 Kg.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 80 ~ Signature of Bidder with Seal
45.2 ACCEPTANCE TEST:
The bidder should furnish test certificate from recognized Govt. Laboratory (NABL accredited) giving the results of tests as per IS: 1367 (Part-Ill)-1979 & IS: 1367 (Part-
VI) 1980. The test certificate shall be in respect of the following for all sizes of both bolts & nuts as applicable given below:
45.2.1Dimensional particulars (Sampling accordance with IS: 2614 for both bolts & nuts
(tolerance as per drawing). 45.2.2Tensile strength test on full size (for bolts minimum 400 NI sq. mm and for Nuts Proof
Stress test Mm 610 N/sq. mm). 45.2.3Power load test on full size bolts and M-12-51400 N for 15 sec.
45.2.4Head soundness tests for bolts (no fracture).
45.2.5Brinnel hardness tests or Rockwell Hardness or Vickers‟s Hardness tests for bolts min-114 & max. 209 or min. 67 & max. 95 or min. 120 & max. 220 respectively.
45.2.6For nuts Vickers‟s Hardness min. 130 & max. 302.
45.3 MARKING:
On the bolt head, there shall be identification marking of the manufacturer as well as property class „4.6‟. If possible property class “5” shall be marked on Nuts also. Further
„ISI‟ mark shall be marked on Gunny Bags for proper identification.
46.0 40 mm DIA 3 mtr. LONG GI PIPE EARTHING: The scope of supply shall include design, engineering, manufacture, pre-delivery
inspection at your works, loading at your works, transit insurance, transportation, supply/delivery & unloading at WESCO‟s Store/Site including guaranteed obligation of
complete supply of 40 mm medium gauge dia 3 mtr. long GI Pipe Earthing as specified here under and in conformity to the guaranteed technical particulars enclosed herewith.
47.0 MATERIAL FOR MASSIONARY WORK FOR EARTH PIT: Good quality of materials to be used for masonry work for construction of earth pit and
the work to be executed as per REC guideline. The design & drawing to be approved by WESCO Utility prior to execution of work.
48.0 CHARCOAL & SALT ETC. FOR EARTHING: Good quality of Charcoal & Salt to be used for achieving proper earthing for safety of equipment & line and the work to be executed as per REC guideline. The design &
drawing to be approved by WESCO Utility prior to execution of work.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 81 ~ Signature of Bidder with Seal
49.0 11 KV & 33 KV 400 AMPERE AIR BREAK SWITCHES:
49.1 SCOPE: This specification provides for manufacture, testing at works and supply of 11 KV & 33
KV AB switches. The 11 KV and 33 KV AB switches shall conform to IS: 9920 (Part-I to IV).
49.2 AB SWITCHES:
49.2.1 The 11 KV & 33 KV Air Break Switches are required with two poles in each phase. The AB Switches shall be supplied complete with phase coupling shaft, operating rod
and operating handle. It shall be manually gang operated and vertically break and horizontal mounting type.
49.2.2 The equipment offered by the bidder shall be designed for a normal current rating of 400 Amps and for continuous service at the system voltage specified as
under:
49.2.2.1 11 KV AB Switch : 11 KV+ 10% continuous 50 C/s solidly grounded earthed neutral system
49.2.2.2 33 KV AB Switch : 33 KV+ 10% continuous 50 C/s
solidly grounded earthed neutral system
The length of break in the air shall not be less than 400 mm for 11 KV AB Switches and 500 mm for 33 KV AB Switches. The 11 KV & 33 KV AB Switches are required with post insulators. The AB switches should be suitable for mounting on the structure. The
mounting structure will be arranged by the bidder. However, the AB Switches shall be supplied with base channel for mounting on the structure which will be provided by the
owner. The phase to phase spacing shall be 760 mm in case of 11 KV AB Switches & 1200 mm in case of 33 KV AB Switches.
49.3 POST INSULATORS:
The complete set of three phase AB Switches shall have stacks of post insulators.
11 KV AB Switches: 1 No. 11 KV Post Insulator per stack 33 KV AB Switches: 2 No. 22 KV Post Insulator per stack
The post insulators should conform to the latest applicable Indian standards IS: 2544
Specification for Porcelain Post insulator of compact solid core or long rod insulators is also acceptable. Creepage distance should be adequate for highly polluted outdoor atmosphere in open atmosphere. The porcelain used for manufacture of AB Switches
should be homogeneous free from flaws or imperfections that might affect the mechanical dielectric quality.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 82 ~ Signature of Bidder with Seal
They shall be thoroughly vitrified, tough and impervious to moisture. The glazing of the
porcelain shall be of uniform brown in colour, free from blisters, burns and other similar defects. Insulators of the same rating and type shall be interchangeable. The porcelain
and metal parts shall be assembled in such a manner that any thermal expansion differential between the metal and porcelain parts through the range of temperature
variation shall not loose the parts or create undue internal stresses which may affect the electrical or mechanical strength. Cap and base of the insulators shall be interchangeable
with each other. The cap and base shall be properly cemented with insulators to give perfect grip. Excess cementing must be avoided.
Each 11 KV & 33 KV Post Insulators should have technical particulars as detailed below:
Sl. No.
Technical Particulars 11 KV 33 KV
1. Nominal system voltage (KVrms) 11 33
2. Highest system voltage (KVrms) 12 36
3. Dry Power Frequency one KV minute withstand voltage (KVrms)
35 95
4. Wet Power frequency one minute withstand voltage (KVrms) 35 75
5. Power Frequency puncture Voltage (KVrms) 1.3 times the actual dry flashover voltage
6. Impulse withstand voltage (KVPeak) 75 170
7. Visible discharge voltage (KVrms) 9 27
8. Creepage distance in mm (minimum) 320 580
9. Dry flash over voltage (KV) 55 135
The rated insulation level of the AB Switches shall not be lower than the values specified
below:
Sl.
No.
Standard
declared voltage (KVrms)
Rated Voltage
of the AB Switches
Standard impulse with stand
voltage (positive & negative polarity (KVPeak)
One Minute power
frequency withstand voltage (KVrms)
Across the
Isolating distance
To earth &
Between poles
Across the
Isolating distance
To earth &
between poles
1. 11 12 85 75 32 28
2. 33 36 195 170 80 70
49.4 TEMPERATURE RISE:
The maximum temperature attained by any part of the equipment when in service at site under continuous full load conditions and exposed to the direct rays of Sun shall not
exceed 45 degree above ambient.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 83 ~ Signature of Bidder with Seal
49.5 MAIN CONTACTS:
AB Switches shall have heavy duty self-aligning type contacts made of hard drawn electrolytic copper/brass. The various parts should be accordingly finished to ensure
interchangeability of similar components. The moving contacts of the switch shall be made from hard drawn electrolytic copper brass. This contact shall have dimensions as
per drawing attached so as to withstand safely the highest short circuit currents and over voltage that may be encountered during service. The surface of the contact shall be
rounded smooth and silver-plated. In nut shell the male and female contact assemblies shall ensure.
a) Electro-dynamic withstands ability during short circuits without any risk of
repulsion of contacts. b) Thermal withstands ability during short circuits.
c) Constant contact pressure even when the lower parts of the insulator stacks are subjected to tensile stresses due to linear expansion of connected bus bar of flexible conductors either because of temperature variations or strong winds.
d) Wiping action during closing and opening. e) Fault alignment assuring closing of the switch without minute adjustments.
49.6 CONNECTORS:
The connectors shall be made of hard drawn electrolytic copper or brass suitable for Raccoon/Dog AAAC conductor for both 11 KV & 33 KV AB Switches. The connector
should be 4 -bolt type.
49.7 OPERATING MECHANISM: All AB Switches shall have separate independent manual operation. They should be
provided with ON/OFF indicators and padlocking arrangements for locking in both the end positions to avoid unintentional operation. The isolating distances should also be visible for the AB Switches. The AB Switch will be supplied with following
accessories:
Sl. No.
ITEM Size of 11 KV AB Switch Size of 33 KV AB Switch
1. Operating Rod (GI dia) ISI mark Length 6 meter dia: 32 mm dia: 40 mm
Length 6 meter dia: 32 mm dia: 40 mm
2. Phase coupling square rod (GI) ISI mark Length: 1800 mm Length: 2700 mm
Size: 25x25 mm Size: 40 x 40 mm
3. Hot dip galvanized Operating handle (GI) 1 no. 1 no.
The AB Switches shall be capable to resist any chance of opening out when in closed
position. The operating Mechanism should be of robust constructions, easy to operate by single person and to be located conveniently for local operation in the switchyard.
The GI pipe shall conform to („B‟ class or Medium class Blue strip) ISS: 1239-68 and ISI marked by embossing.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 84 ~ Signature of Bidder with Seal
The vertical down rod should be provided with adequate joint in the mid section to
avoid bending or buckling. Additional leverage should be provided to maintain mechanical force with minimum efforts. All iron parts should be hot dip galvanized as
per IS: 4759-1979 and zinc coating shall not be less than 610 gm/sq. meter. All brass parts should be silver plated and all nuts and bolts should be hot dip galvanized.
49.8 ARCING HORNS:
It shall be simple and replaceable type. They should be 10 mm GI rod with capable of interrupting line-charging current. They shall be of first make and after break type.
49.9 BUSH:
The design and construction of bush shall embody all the features required to withstand climatic conditions specified so as to ensure dependable and effective operations
specified even after long periods of inaction of these Air Break Switches. They shall be made from highly polished Bronze metal with adequate provision for periodic lubrication through nipples and vent.
49.10 DESIGN, MATERIALS AND WORKMANSHIP:
49.10.1 All materials used in the construction of the equipment shall be of the appropriate class, well finished and of approved design and material. All similar parts should be
accurately finished and interchangeable. Special attention shall be paid to tropical treatment to all the equipment, as it will be subjected during service to extremely
severe exposure to atmospheric moisture and to long period of high ambient temperature. All current carrying parts shall be of non-ferrous metal or alloys and
shall be designed to limit sharp points/edges and similar sharp faces. The firm should have the following type test certificate. The type test should be from CPRI or
equivalent lab: 49.10.1.1 Test to prove capability of rated peak short circuit current and the rated short time
current. The rated short time current should correspond to minimum of 10 K Amp and the peak short circuit current should correspond to minimum of 25 K Amp.
49.10.1.2 Lightning impulse voltage test with positive & negative polarity.
49.10.1.3 Power Frequency voltage dry test and wet test 49.10.1.4 Temperature rise test
49.10.1.5 Mill volt drop tests
49.10.2 The above tests should be performed on the AB Switches, manufactured as per owner approved drawing with the specification. Along with the type test certificate,
the certified copy of the drawing (from the testing lab) should also be kept for inspection of our officer. Also the test certificates should not be older than 5 years
from the date of opening of tender. Dimension of 11 & 33 KV AB Switches in (Max.) Tolerance 5%.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 85 ~ Signature of Bidder with Seal
Sl.
No.
Particulars 11 KV AB Switch 33 KV AB Switch
1. MS Channel 470 x 75 x 40 760 x 100 x 50
2. Creepage distance of Post Insulator (minimum) 320 mm 580 mm
3. Highest of Port shell 254 mm 368 mm
4. Fixed contact assembly:
a) Base 165 x 36 x 8 165 x 36 x 8
b) Contact 70 x 30 x 6 70 x 30 x 6
c) GI Cover 110 x44 140 x 44
d) Spring 6 nos. 10 nos.
49.11 Moving Contact Assembly:
Base Assembly 135x25x8 170x40x8
Moving 180x25x9 290x25x14
Bush Bronze Metal Bronze Metal
Thickness of Grooves 7 11
49.12 Connectors:
Connector 60x50x8 (Moving & fix both) 60x50x8 (Moving & fix both)
The bidder should provide AB Switches with terminal connectors, set of insulators, mechanical inter works and arcing horns sets. The base channel for the mounting of AB
Switches shall also be included in the scope of AB Switches. The operating mechanisms together with down pipe operating handle etc. are also included in the scope of supply.
50.0 33 KV XLPE POWER CABLES: 50.1 SCOPE:
This section covers the standard technical requirements of design, manufacturing, testing, packing & dispatching of 33 KV XLPE HT Power Cable.
50.2 APPLICABLE STANDARDS:
The materials shall conform to the latest editions of the following Indian/International Standards:
Sl. No.
Standards Description
1. IS: 7098 Part 2: 1985 XLPE insulated PVC sheathed cables For working voltages from 3.3 KV up to and including 33 KV
2. IS: 5831: 1984 PVC Insulation and Sheath of electric Cables
3. IS: 8130: 1984 Conductors for insulated electric cables and flexible cords
4. IS: 613: 1984 Copper rods and bars for electrical purposes
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 86 ~ Signature of Bidder with Seal
5. IS: 3975: 1988 Mild steel wires, formed and tapes for armouring of cable
6. IS: 10810: 1984 Method of tests for cables
7. IEEE: 383: 1974 Standard for type test of class IE electric cables, field splices, and
connections for nuclear power generating stations
8. ASTM: D2843, 1993 Standard test method for density of smoke from burning or decomposition of plastics
9. ASTM: D2863, 1991 Standard test method for measuring minimum oxygen concentration to support candle like combustion of plastics (oxygen
index)
10. NEMA: WC5, 1992 Thermoplastic Insulated Wire and cable for the transmission and distribution of Electrical Energy
11. IEC: 754 Test on gases evolved during combustion of electric cables
12. IEC: 754 (Part-1): 1994 Determination of the amount of halogen acid gas evolved during
combustion of polymeric materials taken from cables
13. IEC: 332 Test on electric cables under fire conditions
14. IEC: 332 (Part I): 1993 Test on a single vertical insulated wire or cable
15. IS: 3961 Recommended current rating for cables
16. IS: 3961 (Part II): 1967 PVC insulated and PVC sheathed heavy duty cables
17. IS: 10418:1982 Drums for electric cables
50.3 GENERAL REQUIREMENTS:
50.3.1 All cables shall be suitable for high ambient, high humid tropical Indian Climatic conditions. Cables shall be designed to withstand the mechanical, electrical and thermal stresses under the unforeseen steady state and transient conditions and shall be
suitable for proposed method of installation. Conductor shall be of uniform of good quality, free from defects Aluminium copper.
50.3.2 Insulation shall be Cross Linked Polyethylene (XLPE). For 33 KV cables, conductor
screen and insulation screen shall both be extruded, semiconducting compound and shall be applied along-with XLPE insulation in a single operation by triple extrusion
process. 50.3.3 Method of curing for 33 KV cable shall be "Dry curing/ gas curing" only, Extruded
Semi-conducting screening and metallic screening of copper tape shall be generally as per IS: 7098 (Part-II) with latest amendments.
50.3.4 The semi conducting compound shall be suitable for the operating temperature of the cable and compatible with the insulating material.
50.3.5 The insulation screen shall be an extruded layer of black semi-conducting compound and continuously covers the whole area of insulation.
50.3.6 The semi-conducting screens should be effectively cross linked to achieve 90 ºC cable
rating. The contact surface between insulation and insulation screen shall be smooth and free from protrusion and irregularities.
50.3.7 The interface between insulation and insulation screen shall be free of any voids. Insulation screen shall be strippable type.
50.3.8 The metallic screen shall consist of a layer of copper cable applied in helical form.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 87 ~ Signature of Bidder with Seal
50.4 Inner Sheath:
All armoured and multi-core un-armoured cables shall have distinct extruded inner PVC sheath of black colour.
50.4.1 Armouring: For multicore cable, it shall be GS wire / flat. Armouring shall be as per
relevant IS and it shall have minimum 90% coverage. 50.4.2 Breaking Load of the joints shall be minimum 95% of the normal armour.
50.5 Outer Sheath:
It shall be of black colour PVC (type ST2 as per IS: 5831) with Cable size and Voltage grade embossed on it.
50.5.1 Sequential marking shall be at every 1 (one) Meter distance. Word "FRLS" shall also
be embossed on it at every 5 (Five) meter distance. 50.5.2 FRLS Properties: All cable shall be Flame Retardant, Low Smoke (FRLS) type. 50.5.3 Outer sheath shall have the following properties:
Acid Gas Generation Max 20% (as per IEC: 754-1)
Smoke density rating 60% (As per ASTMD: 2843)
Flammability test As per Swedish chimney test F3 as per
SEN 4241475
Minimum bending radius shall be 10 D As per IEC 332 part-3 (Category B)
Repaired cables shall not be acceptable
50.6 CURRENT RATING OF CABLES: 50.6.1 Normal current rating shall not be less than that covered by IS: 3961. Vendor shall
submit data in respect of all cables in the prescribed format. 50.6.2 Tables given de-rating factors for various conditions of cable installation including the
following for all types of cables shall be furnished.
Sl.
No.
Conditions related to Cable
Installation
1. Variation in ambient air temperature
2. Variation in ground temperature
3. Depth of laying
4. Cables laid in the ground
5. Cables laid in trench
6. Cables laid in ducts
7. Soil resistivity
8. Grouping of cables
50.6.3 The value of short circuit withstand current ratings of all cables shall be indicated for a
short circuit for 1 second duration and should also specify the maximum temperature during short circuit.
50.6.4 The following factors shall also be accounted for, while specifying the maximum short
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 88 ~ Signature of Bidder with Seal
circuit withstand of the cables.
50.6.5 Deformation of the insulation, due to thermo-mechanical forces produced by the short circuit conditions, can reduce the effective thickness of insulation.
50.6.6 Conductor and core screens can be adversely affected with loss of screening effect. Likewise the thermal properties of the outer sheath material can be the limitation. It is
essential that the accessories which are used in the cable system with mechanical and/or soldered connections are suitable for the temperature adopted for the cables.
50.6.7 Formula for calculating short circuit current for different duration or curve showing short time current v/s time for different sizes of cables shall be furnished by vendor.
50.7 CABLE DRUMS:
50.7.1 Cables shall be supplied in non-returnable wooden or steel drums of heavy construction and drum shall be properly seasoned, sound and free from defects. Wood
preservative shall be applied to the entire drum. 50.7.2 All Power Cables shall be supplied in drum length of 500/1000 m. Each drum shall
contain one continuous length of cable. Owner shall have the option of rejecting cable drums with shorter lengths. The cable length per drum is allowed a tolerance of +5%.
The tolerance allowed on total quantity of each size is as given below.
50.7.2.1 3.250 meters for cable length up to 10 KM. 50.7.2.2 3.3100 meters for cable length more than 10 KM and up to 20 KM. 50.7.2.3 3.4150 meters for cable length more than 20 KM.
Where the ordered quantity is not multiple of 1000 m and the incremental quantity is
very small, the same may be included in one of the drums. Otherwise, an additional length for the incremental quantity will be supplied.
50.7.3 A layer of water proof paper shall be applied to the surface of the drums and over the
outer most cable layer. 50.7.4 A clear space of at least 40 mm shall be left between the cables and the logging.
50.7.5 Each drum shall carry manufacturer‟s name, purchaser‟s name, address and contract
number, item number and type, size and length of the cable, net and gross weight stenciled on both sides of drum. A tag containing the same information shall be attached to the leading end of the cable. An arrow and suitable accompanying
wordings shall be marked on one end of the reel indicating the direction in which it should be rolled.
50.7.6 Packing shall be sturdy and adequate to protect the cables, from any injury due to mishandling or other conditions encountered during transportation, handling and
storage. Both cable ends shall be sealed with PVC/Rubber caps so as to eliminate ingress of water during transportation and erection.
50.8 TEST:
50.8.1 TYPE TEST: The following shall constitute type tests:
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 89 ~ Signature of Bidder with Seal
50.8.1.1 Tests on conductor:
50.8.1.1.1 Annealing test (for copper)
50.8.1.1.2 Tensile tests (for aluminium) 50.8.1.1.3 Wrapping tests (for aluminium)
50.8.1.1.4 Resistance test 50.8.1.2 Tests for armouring wires/strips
50.8.1.3 Test for thickness of insulation and sheath
50.8.1.4 Physical tests for insulation
50.8.1.4.1 Tensile strength and elongation at break 50.8.1.4.2 Ageing in air oven
50.8.1.4.3 Hot test 50.8.1.4.4 Shrinkage test 50.8.1.4.5 Water absorption (gravimetric)
50.8.1.5 Physical tests for out sheath
50.8.1.5.1 Tensile strength and elongation at break
50.8.1.5.2 Ageing in air oven 50.8.1.5.3 Hot test
50.8.1.5.4 Shrinkage test
50.8.1.6 Bleeding and blooming tests (for outer sheath) 50.8.1.7 Partial discharge test
50.8.1.8 Bending test 50.8.1.9 Dielectric power factor test
50.8.1.9.1 As a function of voltage 50.8.1.9.2 As a function of temperature
50.8.1.10 Insulation resistance (volume receptivity) tests
50.8.1.11 Heating cycle test 50.8.1.12 Impulse withstand test
50.8.1.13 High voltage test 50.8.1.14 Flammability test
50.8.2 ACCEPTANCE TEST:
The following shall constitute acceptance tests:
50.8.2.1 Annealing test (for copper) 50.8.2.2 Tensile test (for aluminium) 50.8.2.3 Wrapping tests (for aluminium)
50.8.2.4 Conductor resistance test
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 90 ~ Signature of Bidder with Seal
50.8.2.5 Test for thickness of insulation
50.8.2.6 Hot set test for insulation 50.8.2.7 Tensile strength and elongation at break test for insulation and sheath
50.8.2.8 Partial discharge test (for screened cables only) 50.8.2.9 High voltage test and
50.8.2.10 Insulation resistance (volume resistively) test
50.8.3 ROUTINE TEST: The following shall constitute routine tests:
50.8.3.1 Conductor resistance test
50.8.3.2 Partial discharge test (for screened cables only) 50.8.3.3 High voltage tests
50.8.4 OPTIONAL TEST:
Cold impact tests for outer sheath (IS: 5831: 1984) shall constitute the optional tests.
50.9 SPECIFIC TECHNICAL REQUIREMENTS AND QUANTITIES
50.9.1 SCOPE: This section of the specification covers project information, site condition, desired
Technical parameters and quantity of XLPE Cable.
50.9.1.1 Project Information: 50.9.1.1.1 Customer:
50.9.1.1.2 Engineer/Consultant: 50.9.1.1.3 Project Location:
50.9.1.1.4 Transport facilities
50.9.1.1.4.1 Nearest Railway station: /Gauge
50.9.1.1.4.2 Distance from site:
50.9.1.1.5 Access Roads :
50.9.1.2 SITE CONDITIONS: 50.9.1.2.1 Ambient air temp. (max.) °C:
50.9.1.2.2 Ambient air temp. (min.) °C: 50.9.1.2.3 Design ambient temp. °C:
50.9.1.2.4 Relative humidity for design: purposes 50.9.1.2.5 Height above mean sea level in : meters
50.9.1.2.6 Earth quake data:
50.9.1.2.6.1 Seismic zone: IS: 1893-84 50.9.1.2.6.2 Seismic acceleration: As per IS: 2.2.4 50.9.1.2.7 Wind data:
50.9.1.2.8 Site Wind Pressure Kg. f/m2: As per IS: 2.3
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 91 ~ Signature of Bidder with Seal
50.10 SYSTEM PARTICULARS:
50.10.1 Line Voltage (KV): 11/33 50.10.2 Highest System Voltage (KV): 12/36
50.10.3 Number of Circuits: 1 50.10.4 Frequency (HZ): 50
50.10.5 Neutral effectively earthed 50.10.6 Short circuit level (KA): 22.77/ 31.8/ 22.5/ 45
50.11 SPECIFIC TECHNICAL REQUIREMNTS:
Technical Parameters of the cable shall be as follows:
Sl.
No.
Particular Unit Requirement
1. Rated Voltage KV 33
2. Type of Insulation - XLPE
3. Single core/ Multi core - Three core
4. Armoured / Unarmoured - Armoured
5. Material of Conductor - Aluminium/Copper
6. System - 33 KV Earthed
7. Highest System Voltage KV 36
8. Conductor size mm2 400
9. Material - Stranded Aluminium/copper
10. Shape of Conductor - Circular
11. Short Circuit Current KA 13.12, 26.24 for 3 sec.
12. Power Frequency Withstand Voltage KVrms 70
13. Lightning Impulse Withstand Voltage KVP 170
14. Continuous Withstand Temperature ºC 90
15. Short Circuit withstand Temperature ºC 250
16. Oxygen Index - Min 29 (as per ASTMD: 2863)
17. Acid Gas Generation - Max. 20% (as per IEC: 754-1)
18. Smoke Density Generation - 60% (As per ASTMD: 2843)
19. Flammability Test - As per Swedish Chimney test
51.0 MATERIAL PROPERTIES AND OTHER TECHNICAL REQUIREMENTS FOR HEAT SHRINKABLE CABLE
TERMINATIONS AND JOINTS SUITABLE FOR XLPE CABLES:
51.1 GENERAL:
The term heat shrink refers to extruded or moulded polymeric materials which are cross linked to develop elastic memory and supplied in expanded or deformed size or shape.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 92 ~ Signature of Bidder with Seal
51.2 QUALIFYING EXPERIENCE:
The kits should have satisfactory performance record in India in excess of 5 years supported with proof of customers having had satisfactory use of these kits in excess of
5 years.
51.3 TYPE TEST REPORTS: The Joints and terminations should have been type tested and type test reports made
available. 51.4 KITS CONTENTS:
The Kits should generally consist of:
51.4.1 Heat shrinkable clear insulating tubes 51.4.2 Stress control tubing where necessary
51.4.3 Ferrule insulating tubing for joints 51.4.4 Conductive cable break outs for terminations, non tracking, erosion and weather
resistant tubing both outer / inner
51.4.5 Non tracking erosions and weather resistant outdoor sheds in case of terminations 51.4.6 High permittivity mastic wedge
51.4.7 Insulating mastic 51.4.8 Aluminium crimping lugs of ISI specification
51.4.9 Tinned copper braids 51.4.10 Wrap around mechanical protection for joints
51.4.11 Cleaning solvents, abrasive strips 51.4.12 Plumbing metal
51.4.13 Binding wire etc. adequate in quantity and dimensions to meet the service and test conditions.
The kit shall have installation instructions and shall be properly packed with shelf life of over 5 years.
52.0 WAY-LEAVE AND TREE CUTTING:
52.1 Way-leave permission which may be required by the contractor shall be arranged at
own cost without any extra financial cost to WESCO Utility. 52.2 While submitting final-survey report for approval, proposals for way-leave right of
way shall be submitted by the contractor. Employer may extend help to get the
permission within a reasonable time as mutually agreed upon for which due notice shall be given by the contractor in such a way so that obtaining permission from
appropriate authority do not hinder the continued and smooth progress of the work.
52.3 The employer shall not be held responsible for any claim on account of damage done by the contractor or his personnel to trees, crops and other properties.
52.4 The contractor shall take necessary precaution to avoid damage to any ripe and partially grown crops and in the case of unavoidable damage, the employer shall be
informed and necessary compensation shall be paid by the contractor.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 93 ~ Signature of Bidder with Seal
52.5 All the documents required for application to the statutory authorities must be prepared
by the contractor & submitted to the employer for submission of the application towards approval of Railway Crossing etc. However, the responsibilities lie with the contractor
to get the clearance.
52.6 Trimming of tree branches or cutting of a few trees en-route during survey is within the scope of survey to be done by the contractor. Contractor shall arrange for necessary
way-leave and compensation in this regard. During erection of the line, compensation for tree cutting, damage caused to crops, actual cutting and falling of the trees including
way-leave permission for such route clearance shall be arranged by the contractor at his cost. The contractor will identify the number of trees and detail of obstructions to be
removed for erection of the line and intimate the employer well in advance in case of any help. Other related works like construction of temporary approach roads, etc. as
required, shall be done by the contractor and the same will lie within the scope of contractor‟s work and such cost shall be considered to be included in the rates quoted
by him.
53.0 TECHNICAL SPECIFICATION OF RCC SLAB:
The scope of works for RCC Slab must covers the followings & as per Drawing.
53.1 Steel having IS: 1786 shall be used of any reputed brand which are established, reliable,
indigenous and primary producer of steel having integrated steel plant (ISP), using iron ore as basic raw materials as per ministry of steels guideline. No re rolled steel shall be
permitted in work. 53.2 53 grade cement shall be used of any reputed manufacturers of cement inside the state.
53.3 Pond watering shall be provided for RCC work as per the instruction of site in-charge. The contractor has to arrange adequate supply of clean water required for the work whenever necessary at his/her own cost.
53.4 The successful bidder shall make his own arrangement for all materials and T&Ps such as concrete mixture, vibrator, PRR etc. for the work.
53.5 The quoted rate for the work will deem to include all incidental items which may necessary for construction of benchmarks, level pillars, profiles, benching levels of the
ground etc where required. No extra payment or claim will be admissible on this ground.
53.6 Cleaning of debris where necessary shall be considering as incidental to the work and shall be contractor‟s responsibility to clean it.
53.7 Cement concrete (1:1.5:3) with 12 mm size broken hard granite chips for RCC works including hoisting and lying including cost of all materials, labours, T&P reqd. etc.
complete (In RCC Slab) Cum 242.4. 53.8 Supplying fitting and placing uncoated HYSD bar reinforcement complete as drawing
and technical specification Qntl. 331.41.
53.9 Lifting of New Slabs and lying of new slabs over the cable trench at desired place Cem. 242.4.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 94 ~ Signature of Bidder with Seal
54.0 8” HDPE PIPE: 8” HDPE Pipe as per PE-80, PN-4 as per IS: 4984 (1995 & 2016) suitable for XLPE
Cable to be used for railway crossing. The design & drawing to be approved by WESCO Utility prior to execution of work.
55.0 8” GI ROUND PIPE: 8” GI ROUND PIPE suitable for XLPE Cable to be used for railway crossing & riser
purpose. The design & drawing to be approved by WESCO Utility prior to execution of work.
56.0 CONSTRUCTION OF EARTH PIT CHAMBERS:
Sl. No.
Description of Works Unit Quantity
1. Excavation of soil up to a depth of 0.175 mtr. and disposal of the same
outside the switch yard within 5km distance
cu. mtr. 51.51
2. Brick work with Fly ash bricks 23 cm x 11 cm x 8 cm sizes having crushing strength not less than 75 Kg/ cm
2 with dimensional tolerance
+8% in cement mortar (1:6) in superstructure
cu. mtr. 10.52
3. 12 mm thick Cement plastering with mortar of (1:6) for Brick work sq mtr. 101.44
4. Cement concrete (1:2:4) with 12 mm size broken hard granite chips for
R.C.C. Works including hoisting and laying
cu. mtr. 3.22
5. Supplying, fitting and placing uncoated 8mm HYSD bar reinforcement complete as per drawing and technical specification
MT 0.343
57.0 30 KV 10 KA STATION CLASS HEAVY DUTY TYPE PORCELAIN CLAD LIGHTNING ARRESTOR:
57.1 30 KV VOLTAGE CLASS SURGE ARRESTORS:
Lightning Arrestors at Grid Substation shall be of Station class only in 33 KV System.
57.2 INTRODUCTION: The section covers the specification of 33 KV voltage level 10 KA Station class heavy
duty, gapless metal (zinc) oxide Surge Arrestors complete with insulating base, terminal clamps, complete fittings & accessories for installation on outdoor type 33 KV switchgear/transmission lines / transformers.
57.3 STANDARDS:
The design, manufacture and performance of Surge Arrestors shall comply with IS: 3070 Part-3 and other specific requirements stipulated in the specification. Unless
otherwise specified, the equipment, material and processes shall conform to the latest applicable Indian/International Standards as listed hereunder:
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 95 ~ Signature of Bidder with Seal
IS: 2071-1993 (Part-1) Methods of High Voltage Testing General Definitions & Test Requirements
IS: 2071-1974(Part-2) Test Procedures
IS: 2629-1985 Recommended Practice for hot dip galvanizing on Iron & Steel
IS: 2633-1986 Method for Testing uniformity of coating of zinc coated Articles
IS: 3070-1993 (Part –3) Specification for surge arrestor for alternating current systems. Metal-Oxide
lightening Arrestors without gaps
IS: 4759-1996 Specification for hot dip zinc coating on Structural Steel and Other allied products
IS: 5621-1980 Hollow Insulators for use in Electrical Equipment
IS: 6209-1982 Methods of Partial discharge measurement
IS: 6745 Method for determination of mass of zinc coating on zinc coated iron and steel articles
ANSI/IEEE-C:.62.11 Metal oxide, Surge Arrestor for AC Power Circuits
IEC: 60099-4 Surge Arrestors
The equipment complying with any other internationally accepted standards shall also be considered if it ensures performance equivalent to or superior to the Indian Standards.
57.4 GENERAL REQUIREMENT:
57.4.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be suitable for protection of 33 KV switchgear, transformers, associated equipment and
33 KV lines from voltage surges resulting from natural disturbance like lightning as well as system disturbances.
57.4.2 The surge arrestor shall draw negligible current at operating voltage and at the same time offer least resistance during the flow of surge current.
57.4.3 The surge arrestor shall consist of non-linear resistor elements placed in series and housed in electrical grade porcelain housing / silicon polymeric of specified creepage distance.
57.4.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system arrangement to prevent ingress of moisture.
57.4.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The ground side terminal of surge arrestor shall be connected with 25 x 6 mm galvanized
strip, one end connected to the surge arrestor and second end to a separate ground electrode. The bidder shall also recommend the procedure which shall be followed in
providing the earthing system to the Surge Arrestor. 57.4.6 The surge arrestor shall not operate under power frequency and temporary over
voltage conditions but under surge conditions, the surge arrestor shall change over to the conducting mode.
57.4.7 The surge arrestor shall be suitable for circuit breaker performing 0-0.3 sec.-CO-3 min – CO - duty in the system.
57.4.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the porcelain/silicon polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 96 ~ Signature of Bidder with Seal
57.4.9 The reference current of the arrestor shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage. 57.4.10 The arrestors for 33 KV system shall be suitable for mounting on transformers, Bus,
Line & structure as per scheme. The supplier shall furnish the drawing indicating the dimensions, weights etc. of the surge arrestors for the design of mounting Structure.
57.4.11 The arrestor shall be capable of handling terminal energy for high surges, external pollution and transient over voltage and have low losses at operating voltages.
57.5 ARRESTOR HOUSING:
57.5.1 The arrestor housing shall be made up of porcelain housing and shall be homogenous, free from laminations, cavities and other flaws of imperfections that might affect the
mechanical and dielectric quality. The housing shall be of uniform brown (for porcelain) colour, free from blisters, burrs and other similar defects. Arrestors shall be
complete with fasteners for stacking units together and terminal connectors.
57.5.2 The housing shall be so coordinated that external flashover shall not occur due to
application of any impulse or switching surge voltage up to the maximum design value for arrestor. The arrestors shall not fail due to contamination. The 33 KV arrestors
housing shall be designed for pressure relief class as given in Technical Parameters of the specification. Sealed housings shall exhibit no measurable leakage.
57.6 FITTINGS & ACCESSORIES:
57.6.1 The surge arrestor shall be complete with fasteners for stacking units together and terminal connectors.
57.6.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall be so located that incoming and outgoing connections are made with minimum
possible bends. The top metal cap and base of surge arrestor shall be galvanized. The line terminal shall have a built in clamping device which can be adjusted for both horizontal and vertical takeoff.
57.7 TEST:
57.7.1 TEST ON SURGE ARRESTORS: 57.7.1.1 The Surge Arrestors offered shall be type tested and shall be subjected to routine
and acceptance tests in accordance with IS: 3070 (Part-3)/IEC: 60099-4. In addition, the suitability of the surge arresters shall also be established for the
followings.
57.7.1.1.1 Acceptance Test: 57.7.1.1.1.1 Measurement of power frequency reference voltage of arrester units
57.7.1.1.1.2 Lightning impulse residual voltage on arrester units (IEC clause 6.3.2) 57.7.1.1.1.3 Internal ionization or partial discharge test
57.7.1.1.2 Special Acceptance Test: 57.7.1.1.2.1 Thermal stability test (IEC: 99-4 Clause: 7.2.2)
57.7.1.1.2.2 Watt loss test
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 97 ~ Signature of Bidder with Seal
57.7.1.1.3 Routine Test:
57.7.1.1.3.1 Measurement of reference voltage 57.7.1.1.3.2 Residual voltage test of arrester unit
57.7.1.1.3.3 Internal ionization or partial discharge test 57.7.1.1.3.4 Sealing test
57.7.1.1.3.5 Verticality check on completely assembled surge arresters as a sample test on each lot if applicable.
57.7.1.1.4 Type Test:
57.7.1.1.4.1 Following shall be type test as per IS: 3070 (Part 3): 1993 or its latest amendment.
57.7.1.1.4.1.1 Insulation Withstand Test:
57.7.1.1.4.1.1.1 Lightning Impulse 57.7.1.1.4.1.1.2 Power Frequency (Dry/Wet)
57.7.1.1.4.1.2 Residual Voltage Test: 57.7.1.1.4.1.2.1 Steep current impulse residual voltage test
57.7.1.1.4.1.2.2 Lightning impulse residual voltage test 57.7.1.1.4.1.2.3 Switching Impulse Residual voltage test
57.7.1.1.4.1.3 Long duration current impulse withstand test
57.7.1.1.4.1.4 Switching surge operating duty test 57.7.1.1.4.1.5 Power frequency voltage Vs. Time characteristics
57.7.1.1.4.1.6 Accelerated Ageing test 57.7.1.1.4.1.7 Pressure relief test:
57.7.1.1.4.1.7.1 High Current 57.7.1.1.4.1.7.2 Low Current
57.7.1.1.4.1.8 Artificial pollution test (for porcelain housing)
57.7.1.1.4.1.9 Seismic Test 57.7.1.1.4.1.10 Partial Discharge test
57.7.1.1.4.1.11 Bending test 57.7.1.1.4.1.12 Temperature cycle test (for porcelain housing)
57.7.1.1.4.1.13 Porosity test (for porcelain housing) 57.7.1.1.4.1.14 Galvanizing test on metal parts
57.7.1.1.4.1.15 Seal Leakage test (for porcelain housing) 57.7.1.1.4.1.16 Seal leak test and operation tests ( for surge monitor)
57.7.1.1.4.1.17 Weather ageing test (for polymer housing)
57.7.1.1.5 The maximum residual voltages corresponding to nominal discharge current of 10 KA for steep current, impulse residual voltage test, lightning impulse protection level and switching impulse level shall generally conform to Annex-K of IEC: 99-
4.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 98 ~ Signature of Bidder with Seal
57.7.1.1.6 The contractor shall furnish the copies of the type tests and the characteristics
curves between the residual voltage and nominal discharge current of the offered surge arrestor and power frequency voltage v/s time characteristic of the surge
arrestor subsequent to impulse energy consumption as per clause No.: 6.6.7 of IS: 3070 (Part-3) offered along with the GTP/Drawing.
57.7.1.1.7 The surge arrestor housing shall also be type tested and shall be subjected to routine and acceptance tests in accordance with IS: 5621.
57.7.2 Galvanization Test:
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be subjected to routine and acceptance tests in accordance with IS: 2633 & IS: 6745.
57.8 NAME PLATE:
57.8.1 The name plate attached to the arrestor shall carry the following information:
57.9 Rated Voltage
57.10 Continuous Operation Voltage 57.11 Normal discharge current
57.12 Pressure relief rated current 57.13 Manufacturers Trade Mark
57.14 Name of Sub-station 57.15 Year of Manufacturer
57.16 Name of the manufacture 57.17 Name of Client: “WECO UTILITY”
57.18 Work Order Number along with date
57.19 DRAWINGS & INSTRUCTION MANUALS: Within 15 days of receipt of the order, the successful tenderer shall furnish to the purchaser the following drawings and literature for approval:
a) Outline dimensional drawings of Surge Arrestor and all accessories
b) Assembly drawings and weights of main component parts c) Drawings of terminal clamps
d) Arrangement of earthing lead. e) Minimum air clearance to be maintained of line components to ground
f) Name plate g) Instructions manual
h) Drawing showing details of pressure relief valve i) Volt-time characteristics of surge arrestors
j) Detailed dimensional drawing of porcelain housing/Silicon polymeric, i.e., internal diameter, external diameter, thickness, height, profile, creepage
distance, dry arcing distance etc. 57.20 TECHNICAL PARTICULARS:
57.20.1 The surge arrestors shall conform to the following standard technical requirements.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 99 ~ Signature of Bidder with Seal
The Insulation values shall be enhanced considering the altitude of operation & other
atmospheric conditions. System Parameters are as follows:
Nominal system voltage 33 KV
Highest system voltage 36 KV
System earthing Solidly earthed system
Frequency (Hz) 50
Lightning Impulse withstand Voltage (KVP) 170
Power frequency withstand Voltage (KVrms) 70
Connection to system Phase to Earth
57.20.2 Surge Arrestors:
Type of Surge Arrestor Gapless Metal oxide outdoor
Arrestor rating KVrms 30
Continuous Operating voltage KVrms 25
Standard Nominal Discharge Current Rating
(8 x 20 micro impulse shape)
KA 10
Line discharge class 2
Degree of protection IP: 67
Lightning Impulse at 10 KA 170
Partial discharge at 1.05 COV not greater
than
50 (PC)
Energy capability corresponding to:
Arrestor rating KJ/KV 4.5
COV KJ/KV 4.9
Peak current for high current impulse
operating duty of arrestor classification 10 KA
Amp. 100
57.20.3 Insulator Housing:
Power frequency withstand test voltage (wet) KVrms 70
Lightning impulse withstand/tests voltage KVP 170
Pressure Relief Class KArms 40
Creepage distance not less than mm 900
57.20.4 Galvanization:
Fabricated Steel Articles 5 mm thick cover 610 g/m2
Under 5 mm but not less than 2 mm
thickness
460 g/m2
Under 2 mm but not less than 1.2 mm thickness
340 g/m2
Castings Grey Iron, malleable iron 610 g/m2
Threaded works other than tubes & tube fittings
Under 10 mm dia 270 g/m2
10 mm dia & above 300 g/m2
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 100 ~ Signature of Bidder with Seal
58.0 9 KV 10 KA STATION CLASS HEAVY DUTY
GAPLESS LIGHTNING ARRESTOR 58.1 INTRODUCTION: 58.1.1 This section covers the specification of 9 KV 10 KA Station class Lightning Arrestors
for installation on outdoor type 11 KV switchgear, transmission lines, transformers etc. 11 KV side of which is not enclosed in a cable box.
58.1.2 Station class surge arrestors shall be complete with fasteners for stacking units.
58.2 STANDARDS: 58.2.1 The design, manufacture and performance of Surge Arrestors shall comply with IS:
3070 Part-3 and other specific requirements stipulated in the specification. 58.2.2 Unless otherwise specified, the equipment, material & processes shall conform to the
latest amendments of the following:
IS: 2071-1993 (Part-1) Methods of High Voltage Testing General Definitions & Test
Requirements
IS: 2071-1974 (Part-2) Test Procedures
IS: 2629-1985 Recommended Practice for hot dip galvanizing on Iron & Steel
IS: 2633-1986 Method for testing uniformity of coating of zinc coated articles
IS: 3070-1993 (Part – 3) Specification for surge arrestor for alternating current systems. Metal-Oxide lightening Arrestors without gaps
IS: 4759-1996 Specification for hot dip zinc coating on structural steel and other allied products
IS: 5621-1980 Hollow Insulators for use in Electrical Equipment
IS: 6209-1982 Methods of Partial discharge measurement
IS: 6745 Method for determination of mass of zinc coating on zinc coated
iron and steel articles
ANSI/IEEE-C: 62.11 Metal oxide, Surge Arrestor for AC Power Circuits
IEC: 60099-4 Surge Arrestors
The equipment complying with any other internationally accepted standards shall also be considered if it ensures performance equivalent to or superior to the Indian Standards.
58.3 GENERAL REQUIREMENT:
58.3.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be suitable for protection of 11 KV side of power transformers, associated equipment and
11 KV lines from voltage surges resulting from natural disturbance like lightning as well as system disturbances.
58.3.2 The surge arrestor shall draw negligible current at operating voltage and at the same time offer least resistance during the flow of surge current.
58.3.3 The surge arrestor shall consist of non-linear resistor elements placed in series and
housed in electrical grade porcelain housing / silicon polymeric of specified Creepage distance.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 101 ~ Signature of Bidder with Seal
58.3.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective
sealing system arrangement to prevent ingress of moisture. 58.3.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The
ground side terminal of surge arrestor shall be connected with 25 x 6 mm galvanized strip, one end connected to the surge arrestor and second end to a separate ground
electrode. The bidder shall also recommend the procedure which shall be followed in providing the earthing system to the Surge Arrestor.
58.3.6 The surge arrestor shall not operate under power frequency and temporary over voltage conditions but under surge conditions, the surge arrestor shall change over to
the conducting mode. 58.3.7 The surge arrestor shall be suitable for circuit breaker performing 0-0.3 min-CO-3
min-CO- duty in the system. 58.3.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the
porcelain/ silicon polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.
58.3.9 The reference current of the arrestor shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage. 58.3.10 The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of
thermal stability test with the bid. 58.3.11 The arrestor shall be capable of handling terminal energy for high surges, external
pollution and transient over voltage and have low losses at operating voltages. 58.3.12 The surge arrestor shall be provided with line and earth terminals of suitable size.
58.4 ARRESTOR HOUSING:
58.4.1 The arrestor housing shall be made up of porcelain/silicon polymeric housing and shall be homogenous, free from laminations, cavities and other flaws of imperfections
that might affect the mechanical and dielectric quality. The housing shall be of uniform brown (for porcelain)/Grey (for silicon polymeric) colour, free from blisters, burrs and other similar defects. Arrestors shall be complete with fasteners for
stacking units together and terminal connectors. 58.4.2 The housing shall be so coordinated that external flashover shall not occur due to
application of any impulse or switching surge voltage up to the maximum design value for arrestor. The arrestors shall not fail due to contamination. The 11 KV arrestors
housing shall be designed for pressure relief class as given in Technical Parameters of the specification.
58.4.3 Sealed housings shall exhibit no measurable leakage.
58.5 ARRESTOR MOUNTING: The arrestors shall be suitable for mounting on 4 pole/2 pole structure used for
pole/plinth mounted transformer and for incoming and outgoing lines. Arrestor may also be required to be mounted on a bracket provided in the Transformers.
58.6 FITTINGS & ACCESSORIES: 58.6.1 The surge arrestor shall be complete with fasteners and terminal connectors.
58.6.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 102 ~ Signature of Bidder with Seal
shall be so located that incoming and outgoing connections are made with minimum
possible bends. The top metal cap and base of surge arrestor shall be galvanized. The line terminal shall have a built in clamping device which can be adjusted for both
horizontal and vertical takeoff.
58.7 TEST: 58.7.1 TEST ON SURGE ARRESTORS:
58.7.1.1 The Surge Arrestors offered shall be type tested and shall be subjected to routine and acceptance tests in accordance with IS: 3070 (Part-3) / IEC: 600994.
58.7.1.2 In addition, the suitability of the surge arresters shall also be established for the followings.
58.7.1.2.1 Acceptance Test:
58.7.1.2.1.1 Measurement of power frequency reference voltage of arrester units 58.7.1.2.1.2 Lightning impulse residual voltage on arrester units (IEC clause 6.3.2) 58.7.1.2.1.3 Internal ionization or partial discharge test
58.7.1.2.2 Special Acceptance Test:
58.7.1.2.2.1 Thermal stability test (IEC clause 7.2.2) 58.7.1.2.2.2 Watt loss test
58.7.1.2.3 Routine Test:
58.7.1.2.3.1 Measurement of reference voltage 58.7.1.2.3.2 Residual voltage test of arrester unit
58.7.1.2.3.3 Internal ionization or partial discharge test 58.7.1.2.3.4 Sealing test
58.7.1.2.3.5 Verticality check on completely assembled surge arresters as a sample test on each lot if applicable
58.7.1.2.4 Type Test: Following shall be type test as per IS 3070 (Part 3): 1993 or its latest amendment
58.7.1.2.4.1 Insulation Withstand test
58.7.1.2.4.1.1 Lightning Impulse
58.7.1.2.4.1.2 Power Frequency (Dry/Wet) 58.7.1.2.4.2 Residual Voltage Test
58.7.1.2.4.2.1 Steep current impulse residual voltage test
58.7.1.2.4.2.2 Lightning impulse residual voltage test 58.7.1.2.4.2.3 Switching Impulse Residual voltage test
58.7.1.2.4.3 Long duration current impulse withstand test 58.7.1.2.4.4 Switching surge operating duty test
58.7.1.2.4.5 Power frequency voltage Vs. Time characteristics
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 103 ~ Signature of Bidder with Seal
58.7.1.2.4.6 Accelerated Ageing test
58.7.1.2.4.7 Pressure relief test
58.7.1.2.4.7.1 High Current 58.7.1.2.4.7.2 Low Current
58.7.1.2.4.8 Artificial pollution test (for porcelain housing)
58.7.1.2.4.9 Seismic Test 58.7.1.2.4.10 Partial Discharge test
58.7.1.2.4.11 Bending test 58.7.1.2.4.12 Temperature cycle test (for porcelain housing)
58.7.1.2.4.13 Porosity test (for porcelain housing) 58.7.1.2.4.14 Galvanizing test on metal parts
58.7.1.2.4.15 Seal Leakage test (for porcelain housing) 58.7.1.2.4.16 Seal leak test and operation tests (for surge monitor) 58.7.1.2.4.17 Weather ageing test (for polymer housing)
58.7.2 The maximum residual voltages corresponding to nominal discharge current of 10 KA
for steep current, impulse residual voltage test, lightning impulse protection level and switching impulse level shall generally conform to Annex-K of IEC: 99-4.
58.7.3 The contractor shall furnish the copies of the type tests and the characteris tics curves between the residual voltage and nominal discharge current of the offered surge
arrestor and power frequency voltage v/s time characteristic of the surge arrestor subsequent to impulse energy consumption as per clause 6.6 of IS: 3070 (Part -3)
offered along with the bid. 58.7.4 The surge arrestor housing shall also be type tested and shall be subjected to routine
and acceptance tests in accordance with IS: 5621.
58.7.5 Galvanization Test:
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be subjected to routine and acceptance tests in accordance with IS: 2633 & IS: 6745.
58.8 NAME PLATE:
The name plate attached to the arrestor shall carry the following information:
58.8.1 Rated Voltage 58.8.2 Continuous Operation Voltage
58.8.3 Normal discharge current 58.8.4 Pressure relief rated current
58.8.5 Manufacturers Trade Mark 58.8.6 Name of Sub-station
58.8.7 Year of Manufacturer 58.8.8 Name of the manufacture 58.8.9 Name of Client
58.8.10 Purchase Order Number along with date
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 104 ~ Signature of Bidder with Seal
58.9 DRAWINGS AND INSTRUCTION MANUALS:
Within 15 days of receipt of the order, the successful tenderer shall furnish to the purchaser, the following drawings and literature for approval:
58.9.1 Outline dimensional drawings of Surge Arrestor and all accessories
58.9.2 Assembly drawings and weights of main component parts 58.9.3 Drawings of terminal clamps
58.9.4 Arrangement of earthing lead 58.9.5 Minimum air clearance to be maintained of line components to ground
58.9.6 Name plate 58.9.7 Surge monitor, if applicable
58.9.8 Instructions manual 58.9.9 Drawing showing details of pressure relief valve
58.9.10 Volt-time characteristics of surge arrestors 58.9.11 Detailed dimensional drawing of porcelain housing/Silicon polymeric i.e. internal
diameter, external diameter, thickness, height, profile, creepage distance, dry arcing
distance etc.
58.10 TECHNICAL PARTICULARS: 58.10.1 The surge arrestors shall conform to the following standard technical requirements.
The Insulation values shall be enhanced considering the altitude of operation & other atmospheric conditions.
Sl. No.
System Parameters Requirement
1. Nominal system voltage 11 KV
2. Highest system voltage 12 KV
3. System earthing Effectively earthed system
4. Frequency 50 Hz
5. Lightning Impulse withstand Voltage 75 KVP
6. Power frequency withstand Voltage 28 KVrms
7. Arrestor duty:
a) Connection to system Phase to earth
b) Type of equipment to be protected transformers & switchgear
58.10.2 Surge Arrestors:
Type Gapless Metal oxide outdoor
Arrestor rating 9 KVrms
Continuous Operating voltage 7.65 KVrms
Standard Nominal Discharge Current 10 KA (8x20 micro impulse shape)
Degree of protection IP: 67
Line discharge Class: 2
Steep current at 10 KA 45
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 105 ~ Signature of Bidder with Seal
Lightning Impulse at 10 KA 40
Energy capability corresponding to:
Arrestor rating 4.5 KJ/KV
COV 4.9 KJ/KV
Peak current for high current impulse operating duty of Standard TS for arrestor classification 10 KA
100
58.10.3 Insulator Housing: 58.10.3.1 Power frequency withstand test voltage (Wet) (KVrms) : 28
58.10.3.2 Lightning impulse withstand/tests voltage (KVP) : 75 58.10.3.3 Creepage distance not less than (mm) : 380
58.10.4 Galvanization:
58.10.4.1 Fabricated Steel Articles:
58.10.4.1.1 5 mm thick cover : 610 g/m2
58.10.4.1.2 Under 5 mm but not less than 2 mm thickness : 460 g/m2
58.10.4.1.3 Under 2 mm but not less than 1.2 mm thickness : 340 g/m2
58.10.5 Castings:
58.10.5.1 Grey Iron, malleable iron 610 g/m
2
Threaded works other than tubes & tube fittings:
58.10.6 58.10.6.1 Under 10 mm dia : 270 g/m
2
58.10.6.2 10 mm dia & above : 300 g/m2
NOTE: Surge Monitor shall have to be provided if covered in BPS.
59.0 CABLE LAYING METHODOLOGY: 59.1 CABLE LAYING:
Notwithstanding anything stated in these specifications, WESCO reserves the right to assess the bidder‟s capability to fulfill the scope of the bid, should the circumstances warrant such assessment.
59.2 DESIGN – WORKMANSHIP AND INTERPRETATION OF CLAUSES:
59.2.1The design and quality of goods supplied and the workmanship shall be in accordance with the best engineering practice to ensure satisfactory performance of
the system throughout the service life. 59.2.2The goods and accessories offered shall be complete in all respects. Any material
and / or component thought not specifically stated in this specification but is necessary for trouble free and successful operation shall deemed to be included. All
such components, accessories, etc., shall be supplied at no extra cost.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 106 ~ Signature of Bidder with Seal
59.2.3The goods supplied shall be such that components, accessories of the same type
shall be interchangeable. Likewise similar or corresponding parts, components / accessories shall also be interchangeable.
59.2.4Wherever and whenever a material or article is specified or described by the name of a particular brand, manufacturer, vendor, the specific item mentioned shall be
understood as establishing type, function, quality and not as limiting competition. However bidders may offer other similar components / accessories provided they
meet with the required standards, design, duties and performance. 59.2.5Goods and accessories so offered shall conform to type test and shall also be subjected
t o acceptance and routine tests in ac co rd anc e with t he requirements stipulated in this specification. The WESCO reserves the right for repeating any or all of the type
tests to be conducted on the goods supplied.
59.3 STANDARDS: 59.3.1 Except as modified by this specification all materials to be supplied shall conform to
the requirements of the latest editions of the following standards:
59.3.1.1 IS: 1255: Code of practice for Installation and maintenance of power cables up to
33 KV and including 11 KV rating. 59.3.1.2 IS: 7098 (Part 2): Cross – linked Polyethylene PVC sheathed cables.
59.3.1.3 IEC: 332: Tests on erected cables. 59.3.1.4 IEC: 1329: Allied steel, tubes, tubular and other rough iron fittings.
59.3.1.5 IEC: 2629: Recommended practice for hot dip galvanizing of iron & steel. 59.3.1.6 ASTM-D: 2671: Standard method of testing heat shrinkable or push on Tapex or
cold type tubing for electrical use. 59.3.1.7 ASTM-D 3111: Flexibility determination of hot melt adhesives by mandrel bends
test method. 59.3.1.8 IEC: 60: High Voltage test 59.3.1.9 IS: 3043: Code of practice for Earthing
59.3.1.10 IS: 8309: Compression type tubular for aluminum conductors of insulated cable.
59.4 DEVIATION IN SPECIFICATION: 59.4.1All deviations in specification shall be brought out by the bidder and detailed clause
by clause in appropriate annexure form. 59.4.2Deviations brought out elsewhere or in any other format will not be considered and
are liable for rejection. The WESCO in such an event shall also deem that the bidder has conformed to the clauses in this specification scrupulously.
59.4.3Deviation in specification shall if possible be quoted with reference to standards. The bidder shall then furnish an authentic English version of such standards.
59.5 LOCAL CONDITIONS:
59.5.1It will be imperative on each bidder to fully inform himself of the local conditions and factors which may have any effect on the execution of the supply and services covered under these documents and specification.
59.5.2It shall be understood and agreed that such factors will have been properly
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 107 ~ Signature of Bidder with Seal
investigated and considered in any bid that is submitted. The purchaser will entertain
no claim for financial adjustment to the contract awarded under these specifications and documents. No change in the time schedule of the contract or
any financial adjustment arising thereof that are based on incorrect information or its effect on the cost of the contract to the bidder shall be permitted by the Purchaser.
59.5.3Bidders are advised to visit the various areas where the U.G. cables are access, road /drain / footpath crossings to enable them to make proper costing and then quote
accordingly.
59.6 DETAILS OF WORK: 59.6.1The scope of work involves Supply and laying, testing and commissioning of 33
KV 3 Core 400 mm2 XLPE UG cable, 11 KV 3 Core 300 mm
2 XLPE UG cable,
L.T. 3½ Core 95 mm sq PVC Cable & L.T. 3½ Core 35 mm sq PVC Cable.
59.6.233 KV 3 Core 400 mm2 XLPE UG cable, 11 KV 3 Core 300 mm
2 XLPE UG cable,
L.T. 3½ Core 95 mm sq PVC Cable & L.T. 3½ Core 35 mm sq PVC Cable by trenchless technology adopting horizontal Boring (HDD) by machines with adequate
drawing capacity, under the railway track. 59.6.3The contract will be on the semi-turnkey basis and all the required materials
as per specifications are to be procured by the contractor himself. The specifications for the major equipment to be procured are as follows:
59.6.3.1 XLPE Cables of above size as per specifications enclosed.
59.6.3.2 Cable jointing termination and straight through kits as per specifications enclosed.
59.6.4All the other materials like coarse and fine aggregate sand, joint markers, sealing,
route markers, cable support clamps, terminals and inline connectors, sealing compounds etc., whether specifically mentioned or not in these specifications are deemed to have been included in the scope of supply and installation. Similarly,
the contractor has to arrange for all the tools and plants required for the works at his own cost.
59.7 SERVICE CONDITIONS:
59.7.1The cables are being laid in the Jharsuguda district, Odisha, where temperature, humidity effect is heavily experienced.
59.7.2The climatic conditions are prone to wide variations in ambient temperature,
humidity etc., and the accessories offered shall be suitable for installation under the above tropical conditions, where moderately hot and humid conditions
conducive to dust, rust and fungi growth, prevail at site.
59.7.3The underground cables are to be laid where other utility services like telephone, EHT lines and PHD lines are encountered.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 108 ~ Signature of Bidder with Seal
59.8 CLIMATIC CONDITIONS:
Climatic conditions
Sl.
No.
Particulars Details
1. Location Under SED, SONEPUR
2. Altitude Not exceed 100 M above MSL- Almost at the Sea level
3. Max. Ambient air temperature 50 ºC
4. Max. Daily average air temp 45 ºC
5. Minimum ambient air temp 40 ºC
6. Ground temperature at depth of laying assumed 35 ºC
7. Isokeraunic level 45
8. Avg. annual rainfall 1450 mm
9. Avg. number of rainy days per annum 60
10. Climate The climate in the city of Cuttack
is Tropical moderately hot and humid. sub- soil water at certain
location at depth of burial of cables may be anticipated
11. Soil Normally Dry
59.9 COMPLIANCE WITH REGULATIONS: 59.9.1All services carried out by the bidder shall be as per the requirements of the I.E.Act-
2003 & Indian electricity Rules – 1956, OERC and all other applicable statutory laws governing the services in the state of Odisha.
59.9.2Particular attention is drawn to the necessity of consulting the local authorities and the administrative heads concerned with the operation and maintenance of roads,
railways, telegraph and telephone services, water supply. 59.9.3The WESCO will assist in obtaining permission from civil authorities for boring in
the Roads, cutting roads. However the necessary charges shall be paid by the bidder sufficiently in advance. WESCO will also co-ordinate with the traffic police
authorities for regulation of traffic during cutting of roads.
59.10 INSPECTION BY ELECTRICAL INSPECTOR: 59.10.1 All Electrical installations and equipments are to be inspected and approved by
the Chief Electrical Inspector to the Government of Odisha, before commissioning. 59.10.2 The Contractor will arrange for the payment of the necessary fees for inspection. 59.10.3 Any defects pointed out by the Electrical Inspector, shall be corrected or attended
by the bidder /subcontractor at his own cost and he shall pay, for subsequent inspection charges to the Electrical Inspector, for obtaining approval.
59.11 INSTALLATION OF U.G. CABLES:
59.11.1 Method Of UG Cable Laying: Laying 33 and 11 KV HT UG cables at a depth not less than 0.9 Mtr and not
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 109 ~ Signature of Bidder with Seal
more than 3 mtr. by trenchless technology, adopting horizontal boring using
appropriate standard machines. Boring & Drawing of cable including preparation at site.
59.11.2 ROUTE PLANS:
Tentative cable route plans will be furnished to the contractors, indicating the roads road crossings, findings by excavating trial holes by the contractor / sub
contractor. The work should be taken upon only after WESCO Engineers approve the final route. The WESCO reserves the right to change, alter deviate the route on
technical reasons.
59.11.3 TRIAL PITS: 59.11.3.1 The bidder shall excavate trial pits for alignment purpose at appropriate distance
apart as warranted by the local conditions, keep a record of the findings and close the trial holes properly to avoid hindrance / accidents to pedestrian traffic. The final route / alignment of the cables shall be decided based on the finding of the
trial holes. 59.11.3.2 It is the responsibility of the bidder to maintain as far as possible the required
statutory clearances from other utility services. 59.11.3.3 Any damage caused, inadvertently to any utility services shall be the sole
responsibility of the contractor.
59.11.4 STATUTORY NOTICES AND WAY LEAVES: The Contractor shall arrange the necessary way leaves from the concerned public
utility authorities and WESCO shall give the required assistance to the contractor in completing the project.
59.12 LAYING OF CABLES: 59.12.1 33 KV H.T. 3 core HT UG Cables:
59.12.1.1 Laying 11 KV HT UG cables by trenchless technology by adopting horizontal boring at a depth at a depth not less than 0.9 Mtr and not more than 3
Mtrs, by trenchless technology, adopting horizontal boring using appropriate standard machines.
59.12.1.2 The cable shall be pulled / drawn smoothly in the bored holes by the horizontal boring machine itself. The excavated cable trench shall be drained of
all water and bed surface shall be smooth, uniform and fairly hard before laying out the cable. The cable shall be pulled in the trench only on cable rollers
spaced out at uniform intervals to prevent damage to cable. 59.12.1.3 The laying out process shall be smooth and steady, without subjecting the cable
abnormal tension. The cable laid out shall be smoothly and evenly transferred to the ground after providing sand cushion and shall never be dropped. All the
snake bends in the cable shall be straightened out.
59.12.2 Loop Cable:
One complete loop of the cable has to be kept at each termination point.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 110 ~ Signature of Bidder with Seal
59.12.3 FLAKING:
Wherever it is not possible to lay of the entire cable drum length, the cable should be cut and properly sealed and if it is necessary to remove the cable from the
drum, it should be properly flaked. Such cable lengths should be properly stored at site.
59.12.4 CABLES AND OVER BRIDGES:
59.12.4.1 Wherever the cable route crosses bridges the cable shall be laid in the ducts, if provided, by removing and replacing the R.C.C. covers and filled with sand
cushion. 59.12.4.2 In the absence of the cable ducts over bridges, the cable shall be laid in
suitable size steel/G.I. pipes or as directed by the engineer-In-charge and the pipe covered by cement concrete if necessary to protect from direct sunrays.
59.12.5 CABLE CROSSING OPEN DRAINS WITH LONG SPAN: 59.12.5.1 Wherever the cable to cross open drains with a long span, the cable shall be
laid in suitable size G.I. pipe properly jointed with suitable collars. The GI pipe shall be firmly supported on pillars, columns, or suitable support of R.C.C.
foundation with stone masonry in cement mortar 1:4. 59.12.5.2 Wherever the U.G. cable has to cross the sewerage or water supply line the
U.G. cable has to be taken below them maintaining adequate clearance. Further wherever the U.G. cable runs parallel to the telephone cable a separation
distance of at least 300-mm shall be maintained. 59.12.5.3 The cables shall be laid in stoneware pipe wherever the cable and trench crosses
private roads, gates, etc. In order to avoid inconvenience the stoneware pipe should be laid first after excavation and excavated trench shall be back
filled, compacted and surface properly redone to restore that original condition. 59.12.6 CABLE AND JOINT MARKERS:
59.12.6.1 Permanent means of indicating the positions of joints on site should be provided. During the course of permanent reinstatement cable and joint markers, should be
laid directly above the route of the cable and the position of the joint. 59.12.6.2 Wherever it is not possible to place the marker directly over the cable route or
joint the marker should be suitably placed near the cable route or joint on which the distance of the cable route or joint at right angles to and parallel to
the marker should be clearly indicated. 59.12.6.3 The position of fixing the markers will be at the discretion of the Engineer-In-
charge.
60.0 PLINTH FOR TRANSFORMER INSTALLATION: 60.1 Construction of plinth using first class KB bricks masonry in cubic meter (1:6) of size L
5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be
providing of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟ in cubic meter (1:6).
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 111 ~ Signature of Bidder with Seal
60.2 The constructed plinth will be 112.5 cubic feet above ground level and having the
following procedure to be maintained.
60.2.1 First footing of wall size : 1‟ x 3” 60.2.2 Second footing of wall size : 10”
60.2.3 Middle portion : Middle portion filled with stand
61.0 11 KV 400 A 3 POLE H.G. FUSE: 61.1 DESCRIPTION OF THE MATERIALS:
61.1.1 The 11 KV 400 Amps 3 Pole H.G. Fuse Sets shall confirm to the following parameters:
61.1.1.1 Number of Poles : 3
61.1.1.2 No. of insulator per pole : 2 nos. 12 KV Post Insulator/ Phase 61.1.1.3 Nominal system voltage : 11 KV
61.1.1.4 Highest system voltage : 12 KV 61.1.1.5 Rated frequency : 50 Hz
61.1.1.6 System earthing : Effectively earthed 61.1.1.7 Rated normal current : 400 Amps 61.1.1.8 Altitude of installation : Not exceeding 1000 mtr.
61.1.2 The post insulator used in the H.G. Fuse set shall have the following ratings:
61.1.2.1 Power frequency withstand voltage (dry) : 35 KV (RMS)
61.1.2.2 Power frequency withstand voltage ( wet): 35 KV (RMS) 61.1.2.3 Impulse withstand voltage (dry) : 75 KV (Peak)
61.1.2.4 Power frequency puncture withstand voltage : 1.3 times the actual Dry Flashover Voltage of the unit
61.2 STANDARDS:
The H.G. Fuse Set shall conform to the following:
61.2.1 IS: 5792- 1973 (For high voltage expulsion fuses & similar fuses) 61.2.2 IS: 2544-1973 (For porcelain post insulators) 61.2.3 IS: 9385-1979 or its latest amendments if any
61.2.4 IS: 2633-1979 (For Galvanization of ferrous parts)
61.3 INSULATORS: The 12 KV post insulators complete with pedestal cap duly cemented to be used in
the H.G. Fuse sets confirming to IS: 2544/1973. The bidder shall mention make, type of insulation materials, metal fittings, Creepage distance, protected Creepage distance,
tensile strength compression strength, torsion strength and cantilever strength. The bidder shall furnish the type test certificate of the post insulators from their
manufacturer for reference & scrutiny.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 112 ~ Signature of Bidder with Seal
61.4 CLIMATIC CONDITIONS:
The H.G. Fuse Set shall be suitable for operation under the following climatic conditions:
61.4.1 Maximum ambient air temperature : 49 ˚C
61.4.2 Maximum daily average air temperature : 35 ˚C 61.4.3 Maximum yearly average ambient air temperature : 30 ˚C
61.4.4 Maximum temperature attainable by a body Exposed to the sun : 50 ˚C 61.4.5 Minimum ambient air temperature : 10 ˚C
61.4.6 Maximum relative humidity : 100% 61.4.7 Minimum number of rainy days per annum : 70
61.4.8 Average number of rainy days per annum : 120 61.4.9 Average annual rain fall : 150 cm
61.4.10 Number of months of tropical monsoon conditions : 4
61.4.11 Maximum wind pressure : 260 Kg/ mm2
61.4.12 Degree of exposure to atmospheric pollution : Normally
Polluted atmosphere
61.5 TECHNICAL DETAILS:
The H.G. Fuses shall have adjustable arcing horns made of solid copper rod having 7.62
mm dia. The horns shall be fitted with screwing devices with fly nuts for fixing and tightening the fuse wire. It shall have robust terminal connector 5s of size 80 mm x 50
mm x 8 mm made of copper casting (95% minimum copper composition) duly silver plated with two numbers of 12 mm dia brass bolts and double nuts with flat brass
washers. The connector should be capable of connecting crimp able conductor up to 232 sq. mm size (ACSR/ AAAC) with bimetallic solder less sockets.
The H.G. Fuse Set shall suitable for horizontal mounting on sub- station structures. The
minimum clearance between the adjacent phases of the fuse set shall be 1200 mm and the centre to centre (distance between two post insulators of the same phase) shall be
760 mm. All metal (ferrous) parts shall be galvanized and polished. Only post insulator (original cemented) and not pin insulators shall be used for the H.G. Fuse Set.
61.6 DRAWIING & LITERATURES: Three copies of drawings of each item of 11 KV, 400 Amp, 3 Pole H.G. Fuse shall be
furnished along with the tender for reference. The details of construction and materials of different parts of the H.G Fuse shall clearly be indicated in the tender and illustrative
pamphlet/ literature for the same shall be submitted along with the tender.
61.7 TESTS & TEST CERTIFICATE: 61.7.1Type Test:
61.7.1.1 Certificates for the following type tests conducted within five years prior to the date of opening of tender on a prototype set of H.G. Fuse in a Govt. Approved Testing
Laboratory preferably at CPRI Bangalore shall be submitted along with the tender.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 113 ~ Signature of Bidder with Seal
61.7.1.1.1 Impulse voltage dry test
61.7.1.1.2 Power frequency voltage dry test 61.7.1.1.3 Power frequency voltage wet test
61.7.1.1.4 Temperate of resistance Test to prove the capability of carrying the rated peak
short circuit current and the rated short time current Mainly active load braking
capacity test 61.7.1.1.5 Transformer off-load breaking test 61.7.1.1.6 Line charging breaking capacity test
61.7.1.1.7 Operation tests
61.7.1.1.8 Mechanical endurance test 61.7.1.1.9 Mechanical strength test for the post insulator as per IS:2544/1973, 5350 (Pt-
II)/1970 & relevant IEC
61.7.1.1.10Test for galvanization of metal (ferrous) parts as per IS- 2633/1973
Besides above, mechanical endurance test will have to be conducted on one set in the presence of our authorized person who shall be deputed to carryout acceptance test
before delivery of the materials.
61.7.2 Routine Test: The following routine tests shall have to be conducted on each sets and results are to be furnished for consideration for acceptance of deputing inspecting Officer for
inspection & conducting testing of the materials.
61.7.2.1 Power frequency voltage dry test 61.7.2.2 Tests to prove satisfactory operation
61.7.2.3 Dimension check 61.7.2.4 Galvanization test
61.8 GUARANTEED TECHNICAL PARTICULARS:
The bidders are required to furnish the guaranteed technical particulars at Schedules attached to this specification duly filled in along with the tender.
61.9 COMPLETENESS OF EQUIPMENT:
Any fittings accessories or apparatus which may not have been specifically mentioned
in this specification but which are usually necessary in equipment of similar plant shall be deemed to be included in the specification and shall be supplied by the bidder
without extra charge. All plant and equipment shall be complete in all details whether such details are mentioned in the specification or not.
61.10 INSPECTION AND TESTING:
The Owner shall have free entry at all times, while work on the contract is being performed, to all parts of the manufacturer‟s works which concern the processing of
the equipment ordered. The manufacturer shall afford the Purchaser without charge, all reasonable facilities to assure that the equipment being furnished is in accordance with
this specification.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 114 ~ Signature of Bidder with Seal
The equipment shall successfully pass all the type tests and routine tests referred to
and those listed in the most recent edition of the standards given in this specification. The Purchaser reserves the right to reject an item of equipment if the test results do
not comply with the values specified or with the data given in the technical data schedule.
Type tests shall have been / shall be carried out at CPRI / National Govt. approved
Laboratory and be witnessed by a representative of such laboratory or some other representative acceptable to the Purchaser. Routine tests shall be carried out by the
Supplier at no extra charge at their works. Adequate facility with calibrated testing equipment must be provided by the manufacturer free of cost to carry out the tests.
Type test certificates must be furnished along with the tender for reference of the Purchaser. All costs in connection with the testing, including any necessary re-testing,
shall be borne by the Supplier who shall provide the Purchaser with all the test facilities which the latter may require, free of charge. The Purchaser shall have the right to select the samples for test and shall also have the right to assure that the
testing apparatus is duly calibrated and correct. Measuring apparatus for routine tests shall be calibrated at the expense of the Supplier at an approved laboratory and
shall be approved by the Purchaser.
The Supplier shall be responsible for the proper testing of the plant or materials supplied by sub- suppliers to the same extent as if the work, plant or materials
were completed or supplied by the Supplier. Any cost, incurred by the Purchaser in connection with inspection and re-testing as a result of failure of the equipment under
test or damage during transport or offloading shall be to the account of the Supplier.
The supplier shall submit to the Purchaser five signed copies of the test certificates, giving the results of the tests as required. No materials shall be
dispatched until the test certificates have been received by the Purchaser and the Supplier has been informed that they are acceptable.
The test certificates must show the actual values obtained from the tests, in the units
used in this specification, and not merely confirm that the requirements have been met. In the case of components for which specific type tests or routine tests are not given in
this specification, The Supplier shall include a list of the tests normally required for these components.
All materials used in the Contract shall withstand and shall be certified to have
satisfactorily passed such tests. The Purchaser at his discretion may re-confirm the Test Results in his own laboratory or laboratory of his choice. No inspection or lack of
inspection or passing by the Purchaser‟s Representative of equipment or materials whether supplied by the Supplier or sub-supplier, shall relieve the Supplier from his liability to complete the contract works in accordance with the contract or exonerate him
from any of his guarantees.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 115 ~ Signature of Bidder with Seal
62.0 ANCHOR (DEAD END CLAMP): 62.1 SCOPE:
This specification covers the design, manufacture, assembly, testing and supply of Accessories for anchoring Aerial Bunched Cables rated 1100 volts and insulated with
cross-linked Polyethylene and aluminum alloy bare messenger. The clamps should be designed to Anchor LT-AB cable with insulated messenger. The clamp should consists of an Aluminium alloy corrosion resistant castled body, bail of stainless steel and self
adjusting plastic wedges which shall anchor/hold the neutral messenger without damaging the insulation.
62.1.1 No losable part in the process of clamping arrangement.
62.1.2 The clamp should conform to the standard NFC 33041 and 33042 or equivalent I.S. if any.
62.1.3 The clamp body should be made of corrosion resistant Alluminium alloy, bail should be of stainless steel and wedges should be weather and UV resistant polymer.
62.1.4 Ultimate tensile strength of the clamp should not be less than 15 KM for 50/70 mm2
insulated messenger wire / 10 KN for 25/35 mm2 insulated messenger wire.
62.1.5 Slip load of the clamp should not be less than 3 KN for 50/70 mm2 messenger wire / 2
KN for 25/35 mm2 messenger wire.
Description Application
Dead end Clamp (as per REC Construction standard E-35) suitable for
bare messenger AB cable (35-70 sq mm)
For fitting onto a pole for anchoring the end of a length of ABC, or for a major
change in direction
62.2 STANDARD:
The standard sizes and characteristics of the phase and street lighting conductors, bare messenger wires shall be as specified in IS: 14255-1995 and REC Specification 32/1984
of following sizes:
62.2.1 3 x 95 (Insulated Phase) + 1 x 70 (Bare Messenger) + 1 x 16 (Insulated street lighting) sq. mm
62.2.2 3 x 50 (Insulated Phase) + 1 x 35 (Bare Messenger) + 1 x 16 (Insulated street lighting) sq. mm
62.2.3 3 x 50 (Insulated Phase) + 1 x 35 (Bare Messenger)
62.2.4 2 x 50 (Insulated Phase) + 1 x 35 (Bare Messenger ) sq. mm
62.3 GENERAL REQUIREMENTS: 62.3.1 The Dead End clamp shall be made of high strength Aluminium Alloy of designation
2280 (IS: 617-1975) of tensile strength not less than 250 N/mm2 (27 Kg. f / mm
2). The
U-bar shall be made of hot dip galvanized steel. The eye-hooks shall be made of
forged steel (IS: 2004) or mild steel (IS: 1570). 62.3.2 The clamp shall be suitable for holding both 35 mm
2 and 70 mm
2 messenger wire sizes
of compacted diameters of 7.62 mm and 10.8 mm.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 116 ~ Signature of Bidder with Seal
62.3.3 The clamp shall have a cone for holding the messenger wire and it shall automatically
grip the messenger wire due to tension of the wire. 62.3.4 The clamp shall be free from all flaws, irregularities and sharp radii of curvature.
62.3.5 All ferrous fittings, eye hooks, bolts, nuts and washers shall be galvanized with Zinc conforming to grade Zn 98 of IS: 209-1966. The spring washers and nuts etc. may be
electro-galvanized. Nuts shall be made of material conforming to property class 4.8 of IS: 1367 for its mechanical properties.
62.4 Anchoring assemblies are used to firmly attach the messenger of ABC to a support and
transmit the mechanical tension.
62.4.1 at the end of a run or to the supporting structures 62.4.2 at a major change in direction
62.5 Each Anchoring Assembly shall include:
62.5.1 One number tension bracket 62.5.2 One number wedge type tension clamp
62.5.3 Flexible Rope for fixing tension clamp to bracket
62.6 Anchoring assemblies shall be supplied in sets to ensure compatibility of the materials against corrosion or wear of moving parts.
62.7 TENSION BRACKET OF AA:
62.7.1 The tension bracket shall be made out of a single piece of Aluminium alloy suitable for attachment to a pole either by:
62.7.1.1 16 mm galvanized steel bolt (s) or 62.7.1.2 Two stainless Steel straps of 20 x 0.7 mm
62.7.2 The tension bracket should be designed to ensure the Flexible rope cannot slip out at
any angle. 62.7.3 The tension bracket should be rated and tested for the loads specified in Table: 5. The
load shall be applied at an angle of 45º from the normal to the surface of mounting of the bracket.
TABLE - 5
Conductor
Size (mm2)
Rating Load for deformation <10 mm
(Newton)
Load for deformation <30 mm & no-break
(Newton)
25-35 1500 Kg. 12000 15000
50-95 2000 Kg. 15600 19500
62.8 FLEXIBLE ROPE OF AA: 62.8.1 The Anchoring assembly shall be supplied with a stainless steel flexible Rope to
connect the Tension Clamp to the Tension Bracket.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 117 ~ Signature of Bidder with Seal
62.8.2 The rope should have sufficient flexibility to ease the torsional movement of the ABC
System. 62.8.3 The Rope should be pre-fitted with compression type end fittings to secure the tension
clamp. 62.8.4 A wear resistant moveable saddle should be un-loosably fitted on the Rope to prevent
abrasion at the point of fitting into the tension bracket. 62.8.5 The Rope should have sufficient mechanical strength to withstand the mechanical test
for the complete assembly tests in this specification.
62.9 WEDGE TYPE TENSION CLAMP OF AA: 62.9.1 Wedge type clamps shall be used for clamping the messenger without damaging the
insulation. 62.9.2 The clamp shall be capable of clamping an uncut messenger so that it can continue
without break to the connecting point or next span. 62.9.3 The clamp shall be fully insulating type of mechanical and weather resisting
thermoplastic.
62.9.4 No bolts or loose parts are allowed as part of the Clamping system. 62.9.5 No tools shall be needed for fitting the messenger into the clamp.
62.9.6 The clamp shall be self tightening and capable of holding without slippage the load specified in the Table: 6.
TABLE - 6
Conductor Size Rating (Kg.)
T start (I minute) (Newton)
T final (I minute) (Newton)
25-35 8-11 1000 Kg. 8000 10000
50-54 8-11 1500 Kg. 12000 15000
70-95 13.5-16 2000 Kg. 12000 15000
62.9.7 After fitting the insulated messenger in the clamp, load T start will be held for 1
minute & then load increased to T final at rate between 5000 – 7500 N/mtr. In each case there shall be no breakdown of any part of clamp and slippage of messenger in
relation to the clamp.
62.10 VOLTAGE TEST ON CLAMP OF AA: 62.10.1 Voltage test is carried out on anchor clamps to ensure no damage is caused to the
insulated messenger. 62.10.2 A conductive rod of dia. corresponding to the average dia. that can be accommodated
in the clamp is fitted into the clamp, protruding by approx. 50mm at each end of the
tightening piece. 62.10.3 The rod and clamp is subjected to tensile load as stated in Table 7 below when fixed
to a support in its normal manner.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 118 ~ Signature of Bidder with Seal
TABLE: 7
Conductor Size Normal rating
(Kg.)
Load Applied (N)
mm2 Dia (mm)
25-35 8-11 1000 2000
50-54 8-11 1500 4000
70-95 13.5-16 2000 4000
62.10.4 A power frequency voltage of 6 KV is applied for 1 minute between the rod and conductive part of the clamp, or fixation point in absence of conductive part.
62.10.5 No breakdown or flashover shall occur. There shall be no tripping due to leakage with a setting of 10 + 0.5 mA.
62.11 ENDURANCE UNDER MECHANICAL & THERMAL STRESS OF AA: 62.11.1 This test is done on clamp rated 1500 Kg. or 2000 Kg. using insulated messenger 50
to 70 sq. mm. 62.11.2 A neutral messenger is fitted between two anchor clamps, with clamp spacing
approx. 5 mtr. & 1 mtr. of messenger protruding from the end. Marks are made to enable measurement of slippage.
62.11.3 The sample is subjected to 500 cycles of 90 minutes each as described below:
62.11.3.1 Messenger temperature is raised by passing an AC current to 60 +3O C within 15 minutes. This temperature is maintained for at least 30 minutes to give a total
heating period of 45 mt. per cycle. 62.11.3.2 Messenger is allowed to cool naturally to ambient for further 45 minutes to
complete 90 mts. Cycle time.
62.11.3.3 Mechanical load is applied during the cycle as per table 8 below. Load F1 is applied throughout the cycle, except for a short period of 5 sec. to 60 sec. when it is
gradually increased from F1 to F2 at any time during the last 15 minutes of the 90 minute cycle.
TABLE - 8
Conductor Size Rating (Kg.)
F1 (Newton) F2 (Newton)
mm2 Dia.
(mm)
25-35 8-11 1000 Kg. 2200 5000
50-54 8-11 1500 Kg. 4000 7500
70-95 13.5-16 2000 Kg. 4500 10000
62.11.4 There should be no slippage greater than 4 mm after 2 cycles or greater than 8 mm
after 500 cycles. 62.11.5 Voltage test is done at the end of the 500 cycles by immersing the test specimen of
neutral messenger and clamps in water of resistively not less than 200 Ohm mtr. For 30 minutes.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 119 ~ Signature of Bidder with Seal
62.11.6 A voltage of 10 KV ac is applied for 1 minute between messenger and water bath
using a trip setting of 10 + 0.5 am. There should be no breakdown or tripping.
62.12 TEST REQUIREMENTS: 62.12.1 Slip strength shall not be less than 90% of the tensile strength of the messenger wires
of 35 mm2 and 70 mm
2 sizes having tensile strengths of 7.4 KN and 10.3 KN
respectively (tests to be made separately for the two sizes).
62.12.2 The mechanical strength of the Dead End clamp shall not be less than 2000 Kg. The test shall be made separately for the clamp and the eye hook.
62.13 TEST:
The Dead End clamp shall be subjected to the following tests in accordance with the latest version of IS: 2486 (part-10). Sampling plan shall be as per clause No.: 08.
62.13.1 TYPE TEST: 62.13.1.1 Slip strength test
62.13.1.2 Mechanical test 62.13.1.3 Verification of dimensions
62.13.1.4 Galvanizing test 62.13.1.5 Visual examination test
62.13.1.6 Mechanical Test 62.13.1.7 Voltage Test
62.13.1.8 Dynamic Test 62.13.1.9 Climatic Aging Test
62.13.1.10 Corrosion Test 62.13.1.11 Endurance Test under Thermal & Mechanical Stresses
62.13.2 ACCEPTANCE TEST: 62.13.2.1 Verification of dimensions
62.13.2.2 Galvanizing test 62.13.2.3 Mechanical test
62.13.3 ROUTINE TEST:
62.13.3.1 Visual examination test 62.13.3.2 Routine Mechanical test
NOTE:
a) Permissible tolerance shall be ± 5% on the dimensions indicated. b) The supplier of dead-end clamps shall provide necessary facilities at his works for
the acceptance tests.
62.14 MARKING / EMBOSSING: Anchoring Clamp, Suspension clamp should bear the followings:
62.14.1 Manufacturers trade mark and logo
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 120 ~ Signature of Bidder with Seal
62.14.2 WESCO Utility, Elephant Corridor, GoO
62.14.3 Product Code or Reference 62.14.4 Traceability Code/Batch Number
62.15 DRAWINGS & SAMPLES:
GA drawing and other particulars along with samples are to be submitted along with offer.
63.0 POLE CLAMP:
63.1 Pole Clamp should be designed as to hold Eye hooks by two nut bolts on the poles. 63.2 Pole Clamps should be made of forged Galvanized Steel.
63.3 The clamps should be corrosion resistance & should conform to the standard IS: 2629 and IS: 2633.
63.4 Bolt and nuts should be made of hot dip galvanized steel, according to VDE0210 and VDE0212.
63.5 It can be fabricated from 50 x 6 mm GI flat.
64.0 SUSPENSION CLAMP FOR BARE MESSENGER:
64.1 The clamp should be designed to hang LT AB cable with bare messengers.
64.1.1 The bare messengers should be fixed by an adjustable grip device. A movable link
should allow longitudinal and transversal movement of the clamp body. 64.1.2 No losable part in the process of clamping arrangement.
64.1.3 The clamp should conform to the standard NFC: 33040 or equivalent I.S, if any. 64.1.4 The clamp and the link made of Polymer should provide an additional insulation
between the bare and the pole. 64.1.5 The clamps and movable links should be made of weather and UV resistant glass fibre
reinforced polymer. 64.1.6 Clamps should be fixed with pole by eye hook / bracket. Bracket should be made of
corrosion resistant alluminium alloy. 64.1.7 Ultimate tensile strength of the clamp should not be less than 4.3 KN for 35 sq. mm.
messenger wire.
64.1.8 Maximum allowable load of the clamp should not be less than 15 KN for 35 sq. mm messenger wire.
64.2 Suspension Assembly is used for supporting an ABC by installation on the messenger at
an intermediate point of support such as a pole. It can accommodate small angles of deviation up to 30°.
64.3 Each Suspension Assembly shall consist of:
64.3.1 One number Suspension Bracket 64.3.2 One number moveable (articulated) connecting link
64.3.3 One number Suspension Clamp
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 121 ~ Signature of Bidder with Seal
64.3.4 Suspension Assemblies shall be supplied in sets to ensure compatibility of the
materials against corrosion or wear of rotating/moving parts.
64.4 Suspension Bracket of SA:
64.4.1 The Suspension Bracket shall be made from single piece alluminium alloy suitable for attachment to a pole by either.
64.4.1.1 16 mm galvanized steel bolt or
64.4.1.2 Two stainless steel straps
64.4.2 The Suspension Bracket shall be provided with an upper bulge to prevent the clamp from turning over on the Bracket for more than 45º from the horizontal or to within less than 60 mm from the pole / fixing structure.
64.4.3 The Suspension Bracket should be so designed to ensure that the articulated link cannot slip out of it.
64.4.4 Suspension Brackets shall be designed to withstand a load applied at the anchoring point of the movable link as per Table: 9 below without deformation of more than 10
mm or breakdown at 33º below horizontal (there should be no longitudinal component of load parallel to the plane of fixing).
TABLE – 9
Conductor Size Normal rating
(Kg.)
Load
(N) sq. mm Dia
(mm)
25-35 8-11 1500Kg. 12500
64.5 Movable (Articulated) Link of SA: 64.5.1 Movable Links are used between the Suspension Bracket and Suspension Clamp to
allow a degree of movement and flexibility between the two.
64.5.2 Moveable Links should be made fully of insulating type of mechanical and weather resistant thermoplastic. A metallic wear resistant ring should however be fitted at point
of contact between the suspension bracket and the movable link. 64.5.3 The Movable link should be unloosably fitted to the Bracket and the Clamp.
64.6 Suspension Clamp of SA:
64.6.1 Suspension Clamps are used for locking the bare messenger of the ABC bundle without damaging the insulation of ABC or allowing the bare messenger to become
dismounted from the fitting. 64.6.2 The Suspension Clamp shall accommodate bare messenger wires from 25 to 95 sq.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 122 ~ Signature of Bidder with Seal
mtr.
64.6.3 The Suspension Clamp shall be made fully of insulating type of mechanically strong and weather resistant plastic.
64.6.4 Bolts should not be used for clamping / locking the bare messenger in the Clamp. 64.6.5 There shall be no losable parts in the Suspension clamp.
64.6.6 The Suspension Clamp should be unloosably fitted to the rest of the Suspension Assembly.
64.7 Mechanical Test on Clamp of SA:
64.7.1 The Sub Assembly shall be subjected to a vertical load applied as per drawing in accordance with Table-10. There shall be no breakdown or permanent deformation at
load T initial for 1 minute or when the load is increased to T final and released.
TABLE – 10
Conductor Size Rating (Kg.) T start (I minute) (Newton)
T final (I minute) (Newton)
sq. mm. Dia. (mm)
25-54 8-15 1500 Kg. 9600 12000
70-95 13-17 2000 Kg. 12800 16000
64.7.2 A sample messenger shall be fitted into a fixed suspension clamp and subjected to a
gradually applied longitudinal load of 300 N. There shall be no permanent slip page. 64.8 Voltage Test of SA:
A copper foil is wrapped at the clamping point around the maximum size of messenger allowed in that clamp. An ac voltage of 6 KV is applied between the copper foil and
nearest conductive point of the clamp or into its absence to the point of fixation. The voltage should be withstood for 1 minute without breakdown or flashover.
64.9 Test Under Mechanical & Thermal Stress:
64.9.1 The test specimen is made up of approx. 10 mtr. of messenger wire strung between two anchor clamps with a Suspension Clamp fixed in the middle. Masses of 40 Kg. are
suspended at a distance of 1-2 mtr. On either side of the Suspension Clamp with a fixing mechanism of mass 2 + 1 Kg.
64.9.2 The specimen is subjected to 500 cycles of 90 minutes each. Each cycle consists of the following:
64.9.2.1 For first 75 minutes, a constant longitudinal tension of 4000 N is applied to the
messenger for rating of 1500 Kg. and of 4500 N rating of 2000 Kg. while 64 cycles right and left oscillation are produced on the clamp 32º on either side of the
vertical. 64.9.2.2 During the first 45 minutes, an intermittent current of 4-5 A/sq.mm is applied to
maintain the conductor temp at 60 + 3 ºC. 64.9.2.3 During the next 45 minutes of the cycle, the conductor is allowed to cool down
naturally to the ambient.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 123 ~ Signature of Bidder with Seal
64.9.2.4 At the 75th minute after having completed 64 oscillations, the oscillations are
stopped and the longitudinal tension is increased to 7500 N for 1500 Kg. rating and 10000 N for 2000 Kg. Rating.
64.9.3 No messenger slippage should occur within the Suspension Clamp during the 500 cycles.
64.9.4 At the end of the 500 cycles, the messenger is immersed in water for 30 minutes. It is
then tested to withstand 10 KV ac for 1 minute with a trip setting of 10 + 0.5 mA. There should be no breakdown or flashover.
64.9.5 ACCEPTANCE TESTS:
The following shall constitute acceptance tests for Suspension Assemblies:
64.9.5.1 Visual* 64.9.5.2 Dimensional (as per SCD and overall dimensions submitted with Tender Offer)*
64.9.5.3 Mechanical Test on Bracket** 64.9.5.4 Mechanical Test on Clamp**
64.9.5.5 Voltage Test*
The above tests (for SA) are to be carried out as per sampling plan below. In case of random failure/defect, double the sample lot is to be drawn and there should be no failure/defect exceeding half the permissible defects (rounded down) shown in the
chart.
Lot Size For tests Marked* For tests Marked**
Sample Size Max. permissible Defects Sample Size Max. permissible Defects
Up to 100 2 nil 1 nil
101 to 500 5 1 2 nil
501-2500 10 2 2 nil
2501 & above 10+0.2% 2 + 10% pf addl. Sample
quantity
4 1
65.0 INSULATION PIERCING CONNECTORS (IPC):
65.1 Insulation Piercing Connector (IPC) is used for making Tee/Tap-off/Service connectors to an ABC/Bare Overhead Line.
65.2 Insulation Piercing Connectors are designed to make a connection between the uncut main conductor and a branch cable conductor without having to strip either cable to
expose the conductor instead the tightening action of the IPC will first pierce the Insulation, then make good electrical contact between the main end and branch
conductor while simultaneously insulating and sealing the connection.
65.3 CONSTRUCTIONAL FEATURES OF IPC: 65.3.1 The housing shall be made entirely of mechanical and weather resistant plastic
insulation material and no metallic part outside the housing is acceptable except for the
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 124 ~ Signature of Bidder with Seal
tightening bolt.
65.3.2 Any metallic part that is exposed must not be capable of carrying a potential during or after connector installation.
65.3.3 Screws or nuts assigned for fitting with IPC (Insulating Piercing connector), must be fitted with torque limiting shear heads to prevent over tightening or under tightening
(min & max torque values to be specified by Manufacturer). 65.3.4 The IPC must perform piercing and connection on Main and Branch cable
simultaneously. 65.3.5 The IPCs shall be water proof and the water tightness shall be ensured by appropriate
elastomer materials and not by grease, gel or paste alone. 65.3.6 Design of IPC should be such as to not cause damage to insulation of adjacent
conductors due to vibration and relative movement during service. 65.3.7 The connector shall have a rigid removable end cap which can be slide fitted onto the
main connector body on either right or left by the installer (depending on site requirement) for sealing the cut end of the branch cable. Once the connector is fitted, it should not be possible to remove the cap without removing the connector.
65.3.8 All the metallic parts of the connector should be corrosion resistant and there should not be any appreciable change in contact resistance & temperature after overloads &
load cycling.
65.3.8.1 The contact plates should be made of tinned copper. 65.3.8.2 Connector teeth should be factory greased & sealed to retard water or moisture
ingress & corrosion. 65.3.8.3 The Insulation material should be made of weather & UV resistant reinforced
polymer. 65.3.8.4 The outer metallic part should have potential free tightening bolts to allow safe
installation on live lines.
65.4 MECHANICAL TIGHTENING AND ELECTRICAL CONTINUITY: 65.4.1 Connectors shall be tightened up to 70% of the minimum torque indicated by the
Manufacturer. At this torque electrical contact should have occurred between conductors to be joined. Then connectors shall be tightened up to the breakdown of the
shear heads and lastly up to 1.5 times the maximum torque indicated by the manufacturer. For the connector fitted with two screws on the same core, after the breakdown of the shear heads tightening may be carried out manually and alternatively
using a torque meter. The test conditions shall be as close as possible to those defined for the use of the test machine as per NF-C standard.
65.4.2 At 1.5 times the maximum torque indicated by the manufacturer, there shall be no breakdown of any part of the connector or the core conductor.
65.4.3 Maximum rated torque shall not exceed 20 Nm for conductor < 95 sq. mm and 30 for > 95 but < 150 sq. mm.
65.4.4 Tightening screws shall have hexagonal heads of 10 mm, 13 mm or 17 mm only.
65.5 EFFECT OF TIGHTENING ON MAIN CORE OF IPC: 65.5.1 The connector shall be fitted approx. at the centre of the main core, which is secure
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 125 ~ Signature of Bidder with Seal
between two anchoring points 0.5 mtr. to 1.5 mtr. apart. At the time of fitting the
connectors, the main core shall be under longitudinal tension at 20% of the load indicated in Table-1:
TABLE: 1
Nominal Cross-section (sq.mm.) Tensile Strength (Newton)
16 1200
25 1800
35 2500
50 3500
70 5000
150 10000
65.5.2 Tensile strain shall be increased to the full value indicated in the Table : 1 and held minute. There should be no breakdown of the core conductor.
65.6 EFFECT OF TIGHTENING ON BRANCH CORE OF IPC:
65.6.1 Test specimen shall be made up as in clause No.: 5.1.5.1 except that this shall be the smallest cross sections of main and branch conductors within its range.
65.6.2 An increasing tensile load shall be applied to the Branch Conductor along the axis of the recess for the Branch cable. Load shall increase at 100 – 500 N/minute until it
reaches the value specified in the Table: 2 and maintained for 1 minute.
TABLE: 2
Nominal Cross – section (mm2) Tensile Strength (Newton)
16 (Aluminium) 290
25 450
35 & above 500
65.6.3 No slippage or breaking of conductor shall occur.
65.7 DIELECTRIC & WATER TIGHTNESS TEST OF IPC: 65.7.1 The connector is tightened up to the minimum torque indicated by the manufacturer.
65.7.2 Connectors are mounted on:
65.7.2.1 Minimum cross section of main core 65.7.2.2 Maximum cross section of main core
65.7.3 In each case Branch is of minimum cross section.
65.7.4 Protection caps for the branch cable are to be used in accordance with the requirements of clause.
65.7.5 An additional water tight cap of any design may be used to seal one end of the main cable if it is immersed under water. No additional gel or any protection is to be
provided while installing connector.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 126 ~ Signature of Bidder with Seal
65.7.6 The entire assembly shall be immersed at a depth of approx. 30cms. For 30 minutes
with the free ends of main and branch cable out of the water. 65.7.7 An AC voltage of 6 kV shall be applied between the water bath and each of the cores
in turn for 1 minute. There shall be no flashover or electrical tripping with a trip setting of 10 mA + 0.5mA.
65.8 ELECTRICAL & AGEING TEST OF IPC:
65.8.1 Two test configurations are used according to Table: 3 with the connections tightened to the minimum torque specified by their manufacturers and resistance recorded.
TABLE – 3
Configuration Main core cross section Branch core cross section Tensile Strength (K.N)
1st Configuration Maximum Maximum
2nd
Configuration Maximum Maximum
65.8.2 The configurations are subjected to 200 heat cycles by injecting suitable current into them. In each cycle the temperature of the conductor shall be raised from ambient to
120 + 5 °C as, measured by a thermocouple. 65.8.3 The duration of each heating cycle is chosen to maintain a sufficiently steady
temperature of 120 + 5 °C for 15 minutes. The duration of each cooling cycle is
chosen to bring the conductor temperature to within 2 °C of ambient. 65.8.4 Nominal heating current is indicated in the Table: 4. It shall be permissible to
accelerate the temperature rise by using a current up to 1.5 times the nominal current and to accelerate the cooling period by use of a fan or air blower.
TABLE-4
Nominal Cross – section (mm2) Nominal Heating Current (A)
16 102
25 139
35 175
50 225
70 283
95 350
120 412
150 480
185 545
240 670
65.8.5 The over current test of Clause No.: 5.1.9 shall be done after 50 cycles if the connector is a safety connector designed to ground a phase connector while the line is being
worked on. 65.8.6 At the end of the 200 cycles the resistance shall again be measured. It shall not differ
from the initial value by more than 12%.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 127 ~ Signature of Bidder with Seal
66.0 NEUTRAL CONNECTOR:
The clamps should be designed to anchor insulated service lines (armoured or
unarmoured) with 2/4 conductors.
66.1 The clamps should be made of weather and UV resistant polymer 66.2 No losable part in the process of clamping arrangement 66.3 The clamp should conform to the standard NFC 33042 or equivalent I.S., if any. No
losable allowed 66.4 Breaking Load of the clamp should not be less than 3 KN
66.5 The contractor shall supply connector. These shall be used as non-tension aluminum to aluminum connections for conductor joints.
67.0 JOINTING OF CABLES:
67.1 GENERAL: 67.1.1 It shall be noted that the U.G. cables are of XLPE insulation and needs special
care in jointing. The cable jointer and his assistant shall have experience in making joints / terminations. Jointing work should commence as soon as two or three lengths
of cables have been laid. All care should be taken to protect the factory-plumbed cap/seal by laying the end solid in bitumen until such time as the jointing is
commenced. 67.1.2 Jointing of cables in carriage ways, drives, under costly paving, under concrete or
asphalt surfaces and in proximity to telephone cables and water mains, should be avoided whenever possible.
67.2 JOINT PITS:
The joint pits should be sufficient dimensions as to allow jointers to work with as
much freedom of movement and comfort as cables proposed to be jointed. The sides of the pit should be draped with tarpaulin sheet to prevent loose earth from falling on
the joint during the course of making. The pit should be well shored with timber, if necessary. An overlap of about 1.0 mtr of the cables to be jointed may be kept, for
allowance to adjust the position of the joint. When two or more cables are laid together the joints shall be arranged to be staggered by 2 to 2.5 mtr.
67.3 SUMP PITS:
When jointing cables in water logged ground or under monsoon conditions, a sump pit should be excavated at one end of the joint pit in such a position so that the
accumulating water can be pumped or bailed out by buckets without causing interference to the jointing operation.
67.4 TENTS:
A tent should be used in all circumstances wherever jointing work is carried out in
the open irrespective of the weather conditions. The tent should be so covered as to have only one entrance and the back facing the direction of the wind. The tent
cover should be properly weighted or tied down on the sides.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 128 ~ Signature of Bidder with Seal
67.5 MEASUREMENT OF INSULATION RESISTANCE:
Before jointing is commenced the insulation resistance of both sections of the cable to be jointed should be checked by insulation resistance testing instrument. An
insulation resistance – testing instrument of 2.5/5 KV shall be used. The Insulation Resistance values, between phases and phase to earth shall be recorded. The actual
jointing operation shall start only after the approval of the engineer in charge of works.
67.6 PRECAUTIONS BEFORE MAKING A JOINT OR CUTTING A CABLE: The cable end seals should not be opened until all necessary precautions have been
taken to prevent circumstances arising out of rainy/inclement weather conditions, which might become uncontrollable. The cable seals should be examined to ascertain
if they are intact and also that the cable ends are not damaged, if the seals are found broken or the lead sheath punctured, the cable ends should not be jointed until
after due examination and testing by the engineer-in-charge of the works.
67.7 PRECAUTIONS TO BE TAKEN ON LIVE CABLES IN SERVICE:
Sometimes it becomes necessary that a H.V. cable, which is in service, be cut for making a straight joint with a new cable. In such cases work on joint should start
only after the in service cable is properly identified, isolated, discharged, tested and effectively earthed. Search coils interrupters or cable-identifying instruments should
be used for this purpose.
67.8 IDENTIFICATION NUMBERS / COLOURS AND PHASING: The cables should be laid and jointed number to number or colour to colour shown
on the core identifying marks and prevent cross jointing. In all cases, the cables should be tested and phased out, and more particularly so when the cable terminates
at Ring Main Unit / Sub-station.
67.9 MAKING A JOINT:
The Heat shrinkable joints used shall be conforming to the specification vide Sec-iv. Alternatively push-on or Tapex or cold shrinkable type can be used with the approval
of WESCO. The contractor should furnish all the technical particulars of these joints and obtain approval only in case they are found superior to the heat shrinkable
joints. Epoxy based joints are not permitted. Comprehensive jointing instructions obtained from the manufacturer of joint kits shall be meticulously followed. The
connection of the earth wires should be done using flexible bonds connected to cable sheath using clips or soldering. Aluminum conductor strands shall be joined be
joined by mechanical compression method, using suitable die and sleeve with a good quality tool. The joints shall conform to specification as per IS 13573-1992.
67.10 TRANSITION JOINTS:
67.10.1 Wherever straight through joints will have to be made with existing cables under the following conditions, the contractor shall arrange such type of joints and execute them with skilled jointers.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 129 ~ Signature of Bidder with Seal
67.10.1.1 Between cables having two different types of insulation viz., paper and XLPE
67.10.1.2 Between cables having two different types of conductor material, viz. copper and aluminum
67.10.1.3 Or a combination of the above
67.10.2 The transition joints shall conform to IS: 13705 – Transition joints for cables for working voltages including 33 KV– performance requirements and type tests.
67.11 CABLE TERMINATIONS:
67.11.1 Cable terminations required are both indoor and outdoor type and invariably be of heat shrinkable types conforming to the specifications vide Sec-iv. Alternatively
push-on or Tapex or cold shrinkable type can be used with the approval of WESCO with appropriate sheds for rainwater in case of outdoor terminations. All the
technical particulars to establish the superiority in the performance of these joints shall be furnished while seeking approval. The terminations shall conform to specifications as per IS: 13573 – 1992. The instructions furnished by the
manufacturer of termination boxes/kits should strictly be followed.
67.11.2 Whenever a cable raised from the trench to end in termination, to be finally connected to an overhead line or transformer, the following instructions should be
complied with:
67.11.2.1 One coil to made and left in the ground for future needs. 67.11.2.2 The rise of cable, immediately from the ground level should be enclosed in
suitable diameter GI pipe to height of 2 mtr. 67.11.2.3 The balance portion of the cable should be neatly curved, in „S‟ shape.
67.11.2.4 The cable and pipe should be properly fastened by using appropriate clamps /support. The hardware of clamps shall be painted with red oxide and enamel paint
or galvanized. 67.11.2.5 The lugs on the termination shall be compressed with a suitable compression
tool.
67.12 EARTHING AND BONDING: The metal sheath and Armour should be efficiently bonded and earthed at all terminals to earth electrodes provided. The cross sectional area of the bond shall be
such that the resistance of each bond connection shall not exceed the combined resistance of an equal length of the metal sheath and Armour of the cable.
67.13 TESTING AFTER LAYING AND JOINTING:
67.13.1 All cables after laying and jointing works are completed should be tested systematically and insulation and pressure tests should be made on all underground
cables.
67.13.2 All test results should be recorded in tabular form in logbooks kept for the purpose. 67.13.3 The cable cores should be tested for:
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 130 ~ Signature of Bidder with Seal
67.13.3.1 Continuity
67.13.3.2 Absence of cross phasing 67.13.3.3 Insulation resistance to earth; insulation resistance between conductors.
67.14 H.V. TEST:
67.14.1 After the laying and jointing work is completed, a high voltage test should be applied to the cable to ensure that the cable has not been damaged during or after
the laying operations and there is not defect in the joining. 67.14.2 The high voltage tests should be as per IS: 1255 or as per international standards.
The H.V. testing instruments shall be brought by the turn key contractor.
67.15 TESTING AND RECORD OF CABLE CONSTANTS: When the cable is ready, just before commissioning, the cable constants viz,
the resistance, capacitance and inductance of each conductor should be determined and recorded, along with frequency at which the values of capacitance and inductance are determined.
67.16 GUARANTEE:
All the cable joints / termination done by the contractor shall be guaranteed for 12 months from the date of energisation of the complete cable. In the event of
failure during the guarantee period, the restoration work shall be done free of cost by the contractor within 24 hours of giving notice or else the expenditure incurred
by WESCO to re-do the joint / termination will be recovered from the performance guarantee amount held with the WESCO.
67.17 CABLE RECORDS:
67.17.1 Accurate neat plans / sketches, drawn to suitable scale (1 cm = 10 M) should be prepared and furnished by the contractor after the completion of each work.
67.17.2 All relevant information should be collected at site, during the progress of work
and preserved for preparation of drawings. 67.17.3 The following essential data should be incorporated on all drawings:
67.17.3.1 Size, type of cable or cables
67.17.3.2 Location of the cable in relation to prominent land mark property, Kerb-line etc., with depths.
67.17.3.3 The cross section showing where cables are laid in piper or ducts, giving their sizes, type and depths.
67.17.3.4 Position and type of all joints 67.17.3.5 Location of other cables which run alongside or across the cable route.
67.17.3.6 Position and depths of all pipers, ducts, etc., which are met as obstruction to the cable route.
67.17.3.7 Accurate lengths from joint to joint 67.17.3.8 Manufacturers name and drum number of the cable, between sections / joint to
joint.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 131 ~ Signature of Bidder with Seal
67.17.4 Two transparencies and six blue print copies of the cable records prepared as above
shall be given to the WESCO‟s Engineer as a part of the contract as soon as the cable is charged.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 132 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR 90 KN
PORCELAI TYPE DISC INSULATOR (B&S TYPE)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard
2. Type of Insulator
90 KN B&S Type
Antifog type Disc Insulator
3. Nominal System Voltage KV 33 11
4. Highest System Voltage KV 36 12
5. Dry Impulse withstand voltage KVPeak 170 155
Dry Impulse flashover voltage KVPeak 170 170
6. Wet power frequency 1 min. withstand voltage KVrms 75 50
Dry power frequency 1 min. withstand voltage KVrms 18 18
7. Dry critical impulse flashover voltage KVrms
8. Dry power frequency critical flashover voltage KVPeak 100 100
9. Wet power frequency critical flashover voltage KVPeak 60 60
10. Power frequency puncture voltage KV 140 140
11. Mechanical routine test load 45 45
12. Shattered Strength (Glass) NA NA
13. Electromechanical failing load KN 90 90
14. Safe working load KN Up to 90 Up to 90
15. Minimum failing load KN 10 10
16. Creepage Distance mm 580 430
17. Protected Creepage Distance mm 300 270
18. Type & Grade of Insulator Porcelain
19. Type & Grade of CAP material GI MS Forged
20. Type & Grade of PIN GI MS Forged
21. Type & Grade of Locking PIN Brass
22. Type & Grade of Cement Portland
23. Type of Semiconducting Glaze Ceramics
24. Colour of Insulator Glazed Brown
25. Weight of Insulator 8.2 8.2
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 133 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
3 BOLTED HARDWARE FITTING SUITABLE FOR 90
KN PORCELAIN TYPE DIC INULATOR (B&S) TYPE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Description Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 2486 (Part-I, II & III)
2. Ultimate Strength (minimum) Kg. 4500
3. Dimension in accordance with mm IS: 2486 (Part-II)
4. Material used & reference standard
5. Clamp Type Al. Alloy
6. U Bolt M16 MS (E.G.)
7. Nut M16 MS
8. Sp. Washer M16 MS
9. Flat Washer M16 MS
10. Cross Arm Strap
11. Body & Keeper Al. Alloy
12. M/R Clip SS / Brass
13. Socket Eye 16 mm Forged Steel
14. Bolt M16 x 145
15. Rivet 16 mm MS HDG
16. Split Pin SS / HDG
17. Nut M16 MS HDG
18. Spring Washer Kg. M16 MS HDG
19. Strap 35 x 6 MS Galvanised
20. UTS of Hardware Fittings KN 90
21. Wight of Hardware Fittings in complete shape
22. Tolerance
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 134 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV PIN INSULATOR
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 731 of 1971
2. Nominal Working Voltage KV 33
3. Highest System Voltage KV 36
4. Visible Discharge Voltage 27
5. Dry power frequency 1 minute withstand voltage KVrms 100
6. Wet power frequency 1 minute withstand voltage KVrms 80
7. Power frequency puncture withstand voltage KVPeak 200
8. Impulse withstand voltage KVPeak 180
9. Dry Power Frequency Flashover Voltage KVrms 110
10. Wet Power Frequency Flashover Voltage KVrms 85
11. Minimum failing load KN 10
12. Minimum creepage distance mm 580
13. Colour of Porcelain Glazed Brown
14. Weight per Unit
15. Size of Insulator
a) Height mm 215
b) Diameter mm 280
16. Type & Grade of Insulator Porcelain
17. Material of Thimble Lead
18. Type & Grade of Cement Portland
19. Type of Semiconducting material Ceramic
20. Steel Head Large Head
21. Weight per unit of Insulator Kg. 7.0
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 135 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV GI PIN
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Applicable Standard IS: 2486
2. Minimum failing load KN 10
3. Dimension:
a) Total Length mm
b) Shank Length mm
c) Stalk length mm
Length of thread portion in the shank mm
4. Type of thread
5. Thread per Inch
6. Type of Galvanization of PIN & Nut
7. Mass of Zinc (minimum) gms.
8. No. of Nuts with each pin & its size M24
9. No. of spring washer with each PIN & its size M24
10. Packing Details:
a) Type of Packing mm
b) Weight of each pin approx. (with nut & washer) mm 2.8
c) No. of Pins in each packing (Kg.)
11. Tolerance in Weight/dimension, if any As per IS: 2486
& IS: 1852
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 136 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV „F‟ CLAMP
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description
Unit Requirement Bidder's
Offer
1. Type of Clamp 33 KV F-CLAMP
2. Grade of Steel 43A M.S.
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 802 (P-2)/1978
5. Dimension 75 x 10 MS Flat
6. Steel Sections Utilized mm 75 x 10 MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg F/cm²
8. Working Load Kg. 400/ 450/ 550/ 600 Kg.
9. Details of Construction Standard As per IS
10. Details of Galvanizing Method Utilized and
Standard/ Specification Conforming to?
NA
11. Weight of 33 KV F-CLAMP (min.) Kg.
4.9 Kg.
12. Whether Drawing has been Submitted with the Bid
Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 137 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
33 KV “V” CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Requirement
Bidder's
offer
Item 33 KV “V” Cross Arm
1. Type of Cross Arm V - TYPE
2. Grade of Steel FY 250: 43 A
3. Steel Standard IS: 2062 - 1992
4. Fabrication Standard IS: 802 (PART-2) - 1978
5. Dimensions mm
6. Steel Section Utilized 100 x 50 x 6 mm
7. Steel Tensile Strength 1500 Kg. f / cm2
8. Working Load 200 / 300 / 350 / 400 Kg.
9. Details of Galvanizing Method utilized & Standard / Specification confirming to
Min 610 gm
10. Weight of Cross Arm (min.) 22 Kg.
11. Whether drawing has been submitted with the bid Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 138 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR BACK
CLAMP FOR 33 KV “V” CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Unit Requirement Bidder's
Offer
1. Type of Clamp Back Clamp for 33 KV
„V‟ CROSS ARM
2. Grade of Steel FY-250
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 8029 (Part-2):1978
5. Dimension mm 50x8 mm MS Flat
6. Steel Sections Utilized 50x8 mm MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg. f/cm²
8. Working Load Kg. 200/300 Kg
9. Details of Construction Standard
10. Details of Galvanizing Method Utilized and Standard/ Specification Conforming to?
NA
11. Weight of Back Clamp for 33 KV V Cross Arm (min.)
Kg. 2.4
12. Whether Drawing has been Submitted with the Bid
Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 139 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
20 mm dia HT STAY SET COMPLETE
Name of The Bidder: Manufacturer's Name & Address:
Place of Manufacture:
SL
. N
O.
DESCRIPTION
Specified Parameters BIDDER'S
OFFER Section
Tolerance Fabrication Tolerance Material
1. Anchor Plate 8 mm Thick +12.5% -5%
300 x 300 mm + 1% GI Plate 8 mm thick
2. Anchor Rod 20 mm diameter +3% -2%
Length: 1800 mm + 0.5%
Round Eye: 40 mm inside dia. + 3% Threading: 40 mm
+11% -5%
GI Round 20 mm dia
3. Turn Buckle
Bow 20 mm diameter
+5% -3%
Length 995 mm +1% GI Round 20 mm dia
Length 200 mm +1% GI Channel 100 x 50 x
4.7 mm
4. Eye Bolt Rod 20 mm diameter
+3% -2%
Length: 450 mm + 1% Threading: 300 mm + 1%
Round Eye: 40 mm inside dia +3%
GI Round
20 mm dia
5. Galvanization
Thickness All galvanization shall be carried out in accordance with
IS: 2629. The weight of Zinc deposit shall be in accordance
with IS: 2629 & shall not be less than 0.61 Kg/m sq (64 micron) for items of thickness between 2 mm & 5 mm &
0.33 Kg/m sq (47 micron) for items less than 2 mm thickness
6. Anchor Plate
7. Anchor Rod
8. Turn Buckle
9. Eye Bolt Rod
10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a size of 75 x 22 x 40 mm & shape as per standard
11. Nut & Washer
One G.S. Hexagonal Nut confirming to IS: 1363 & 1367
with one square washer of size 50 x 50 x 6 mm (G.S.) along with Anchor Rod
Two G.S. Hexagonal nuts of suitable size along with Eye Bolt rod
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 140 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
LT STAY SET COMPLETE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
ITEM DETAILS
Sl.
No. Description
Specified Parameters Bidder's
Offer Section
Tolerance Fabrication Tolerance Material
1. Anchor Plate 6 mm Thick
+2.5% -5% 200 x 200 mm + 1%
GI Plate 6
mm thick
2. Anchor Rod 16 mm
diameter
+5% -3%
Length: 1800 mm + 0.5%
Round Eye: 40 mm inside dia. + 3% Threading: 40
mm +11% -5%
GI Round 20 mm dia
3. Turn Buckle Bow
16 mm
diameter +5% -3%
Length 995 mm +1% GI Round 20
mm dia
Length 180 mm +1%
GI Channel
100 x 50 x 4.7 mm
4. Eye Bolt Rod 16 mm
diameter
+5% -3%
Length: 450 mm + 1%
Threading: 300 mm + 1% Round Eye: 40 mm
inside dia +3%
GI Round 16 mm dia
5. Galvanization
Thickness All galvanization shall be carried out in accordance
with IS: 2629. The weight of Zinc deposit shall be in accordance with IS: 2629 & shall not be less than
0.61 Kg/m sq (64 micron) for items of thickness between 2 mm & 5 mm & 0.33 Kg/m sq (47 micron) for items less than 2 mm thickness
6. Anchor Plate
7. Anchor Rod
8. Turn Buckle
9. Eye Bolt Rod
10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a size of 75 x 22 x 40 mm & shape as per standard
11. Nut & Washer
One G.S. Hexagonal Nut confirming to IS: 1363 &
1367 with one square washer of size 50 x 50 x 6 mm (G.S.) along with Anchor Rod
Two G.S. Hexagonal nuts of suitable size along with Eye Bolt rod
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 141 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
HT STAY CLAMP (140 x 85 mm)
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl. No.
Description Unit Bidder‟s
Offer
1. Type of Clamp HT Stay Clamp
2. Grade of Steel FY: 250
3. Steel Standard IS: 2062/1992
4. Fabrication Standard IS: 802 (P-2)/1978
5. Dimension mm 50 x 8 mm MS Flat
6. Steel section utilized mm 50 x 8 mm MS Flat
7. Steel Tensile strength Kg.
N/Cm² 500
8. Working load Kg 500
9. Weight of Stay Clamp Kg 1.9
10. Whether drawing has been submitted with the bid Yes
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 142 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
7/8 SWG GI STAY WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Unit
Requirement Bidder‟s
Offer
1. Nominal diameter of wire mm 4.0
2. Tolerance in diameter
± 2.5%
3. Sectional Area (In Sq. mm.) mm2
12.56 (For
Single Wire) / 87.92 (For
Stranded Wire)
4. Tensile strength:
a) Min. N/mm²
714
b) Max. N/mm²
720
5. Minimum breaking load (KN)
8.8 (For
Single Wire) / 54.90 (For
Stranded Wire)
6. Type of coating Heavy/Medium/Light
Heavy
7. Variety Hard/Soft
Soft
8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.
476
9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip x 1
min.
10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding % nominal tensile strength) exceeding % nominal tensile strength):
a) Min. complete turn of wrap
As per IS
b) Dia of mandrel on which wrapped
As per IS
11. Bend Test:
a) Angle
As per IS
b) Dia. Round a format to be bent
As per IS
12. Freedom from defect
As per IS
13. Chemical composition the MS Wire used shall not exceed:
a) Sulphur - 0.060% % 0.06
b) Phosphorous - 0.065% % 0.065
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 143 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 7/10
SWG GI STAY WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Unit
Requirement Bidder‟s
Offer
1. Nominal diameter of wire mm 3.15 mm
2. Tolerance in diameter
± 2.5%
3. Sectional Area (In Sq. mm.) mm2 70.16
4. Tensile strength:
a) Min. N/mm²
714
b) Max. N/mm²
5. Minimum breaking load (KN)
5.45
6. Type of coating Heavy/Medium/Light
Heavy
7. Variety Hard/Soft
Soft
8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.
476
9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip min.
10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %
nominal tensile strength) exceeding % nominal tensile strength):
a) Min. complete turn of wrap
8
b) Dia of mandrel on which wrapped
12.6 mm
11. Bend Test:
a) Angle
As per IS
b) Dia. Round a format to be bent
As per IS
12. Freedom from defect
As per IS
13. Chemical composition the MS Wire used shall not exceed:
a) Sulphur - 0.060% % 0.06%
b) Phosphorous - 0.065% % 0.07%
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 144 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
HT STAY INSULATOR
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl. No.
Description Unit Bidder‟s
Offer
1 Type of Insulator HT Stay Insulator
2 Applicable standard
3 Type of insulator (Porcelain or toughened glass)
4 Dry impulse withstand voltage
5 Wet power frequency, 1 minute, withstand voltage
6 Dry, Critical Impulse Flashover Voltage
7 Dry, power frequency, Critical Flashover Voltage
8 Wet, power frequency, Critical Flashover Voltage
9 Power frequency Puncture Voltage
10 Safe Working Load
11 Minimum Failing Load KN 88
12 Creepage Distance mm 57
13 Protected Creepage Distance
14 Type and Grade of Materials : Insulator
15 Colour of Insulator
16 Weight of Insulator
17 Number of Insulators per Crate
18 Type of semi-conducting glaze
19 Minimum dia of Stay wire hole
20 Gross Weight of Loaded Crate Whether drawing showing dimensional details have been furnished
along with Bid
21 Whether Type Test Certificates have been furnished
22 Other particulars (if any)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 145 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
LT STAY INSULATOR
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl. No.
Description Unit Bidder‟s
Offer
1 Type of Insulator LT Stay Insulator
2 Applicable standard
3 Type of insulator (Porcelain or toughened glass)
4 Dry impulse withstand voltage
5 Wet power frequency, 1 minute, withstand voltage
6 Dry, Critical Impulse Flashover Voltage
7 Dry, power frequency, Critical Flashover Voltage
8 Wet, power frequency, Critical Flashover Voltage
9 Power frequency Puncture Voltage
10 Safe Working Load
11 Minimum Failing Load KN 53
12 Creepage Distance mm 48
13 Protected Creepage Distance
14 Type and Grade of Materials : Insulator
15 Colour of Insulator
16 Weight of Insulator
17 Number of Insulators per Crate
18 Type of semi-conducting glaze
19 Minimum dia of Stay wire hole
20 Gross Weight of Loaded Crate Whether drawing showing dimensional details have been furnished
along with Bid
21 Whether Type Test Certificates have been furnished
22 Other particulars (if any)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 146 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
LT STAY CLAMP
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl. No.
Description Unit Bidder‟s
Offer
1. Type of Clamp HT Stay Clamp
2. Grade of Steel FY: 250
3. Steel Standard IS: 2062/1992
4. Fabrication Standard IS: 802 (P-2)/1978
5. Dimension mm 50 x 6 mm MS Flat
6. Steel section utilized mm 50 x 6 mm MS Flat
7. Steel Tensile strength Kg.
N/Cm² 500
8. Working load Kg 500
9. Weight of Stay Clamp Kg 1.4
10. Whether drawing has been submitted with the bid Yes
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 147 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 7/12
SWG GI STAY WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Unit
Requirement Bidder‟s
Offer
1. Nominal diameter of wire mm 2.50 mm
2. Tolerance in diameter
± 2.5%
3. Sectional Area (In Sq. mm.) mm2 70.16
4. Tensile strength:
a) Min. N/mm²
714
b) Max. N/mm²
5. Minimum breaking load (KN)
5.45
6. Type of coating Heavy/Medium/Light
Heavy
7. Variety Hard/Soft
Soft
8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.
476
9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip min.
10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %
nominal tensile strength) exceeding % nominal tensile strength):
a) Min. complete turn of wrap
8
b) Dia of mandrel on which wrapped
12.6 mm
11. Bend Test:
a) Angle
As per IS
b) Dia. Round a format to be bent
As per IS
12. Freedom from defect
As per IS
13. Chemical composition the MS Wire used shall not exceed:
a) Sulphur - 0.060% % 0.06%
b) Phosphorous - 0.065% % 0.07%
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 148 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
XLPE CABLE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Item Particulars Unit Requirement Bidder‟s Offer 3 Core 400 mm
2 33
KV XLPE Cable 3 Core 300 mm
2 11
KV XLPE Cable
1. Manufacturers Name &
Address
2. Country of manufacturer
3. Type of Cable
4. Applicable standards for
manufacturing
5. Applicable standards for testing
6. Rated voltage KV 33 11
7. Maximum service voltage KV 36 12
8. Maximum continuous current carrying capacity per cable
when laid in air at an ambient air temperature of 50 ºC (single core cables solid
bonded)
A
9. Maximum continuous current
carrying capacity per cable when laid in ground at a depth of 1.0 m (ground temp. 40 ºC
and soil thermal resistivity of 150 ºC/watt/cm max.
Conductor temp. 90 ºC) (single core cables solid
bonded)
A
10. Maximum continuous current carrying capacity per cable
when drawing into duct./pipes (single core cables solid
bonded)
A
11. Maximum continuous current carrying capacity per cable
when laid in covered RCC trenches at an ambient
temperature of 50 ºC laying
A
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 149 ~ Signature of Bidder with Seal
conditions to be specified
(Single core cables solid bonded)
12. Short circuit withstand
capacities for 1 second of (With a conductor
temperature of 90 ºC at the commencement
a) Conductor KA
b) Screen KA
c) Armour KA
13. Conductor:
a) Material & Grade H4 Grade Aluminium
H4 Grade Aluminium
b) Nominal cross – sectional
area
mm2
c) No. of strands
d) Diameter of each strand
(Nominal)
mm
e) Max. DC resistance of conductor at 20 Deg. C
Ω-KM
f) Max. AC resistance of
conductor at 90 Deg. C
Ω-KM
14. Reactance of cable at normal frequency (Approx)
Ω-KM
15. Electrostatic capacitance at
normal frequency
µF/KM
16. Charging current
17. Loss tangent at normal
frequency at Uo
18. Conductor Screen:
a) Material
b) Nominal thickness mm
19. XLPE Insulation:
a) Composition
b) Type of curing
c) Thickness of insulation (nominal)
mm
d) Tolerance on thickness mm
e) Dielectric constant at normal
frequency
f) Dielectric constant at normal frequency
Ω/KM
g) Specific insulation resistance
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 150 ~ Signature of Bidder with Seal
at 20 deg. C
h) Min. Volume resistivity at 20
deg. C
i) Min. volume resistivity at 90 deg. C
j) Min. Tensile strength Kg/
cm2
k) Min. Elongation percentage at
rapture
%
l) Identification of cores
20. 1.2/50 microsecond impulse wave withstand voltage
KVP
21. 5 min. power frequency
withstand voltage
KV
22. Max. Dielectric stress at the conductor
KV/cm
23. Max. Dielectric stress at the conductor screen
KV/cm
24. Insulation screen:
a) Material
b) Extruded/wrapped
c) Nominal thickness mm
d) Colour
25. Metallic Screen:
a) Material / Composition
b) Nominal radial thickness / dia
26. Nominal diameter over
metallic screen
Mm
27. Nominal radial clearance allowed under metal sheath
mm
28. Type and material of filler
29. Armour:
a) Material and type
b) Dia
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 151 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
MILD STEEL CHANNEL (100 x 50 x 6 mm)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Unit
Requirement as per Tender
Norms
Bidder's
Offer
1. M.S. Channel Designation
100 x 50 x 6 mm Channel
2. Length of Channel in mtr with + 100/-
0% Tolerance As per requirement
3. Weight Kg./m with ± 2.5% Tolerance
9.2
4. Sectional Area (sq. cm)
12.2
5. Quality Specification for M.S. Channel IS: 2062 Grade: A
6. Chemical and Physical Composition of Materials
IS: 2062
7. Rolling and Cutting Tolerances for Hot Rolled Steel Products
IS: 1852
8. Raw Material
The steel section shall be re-
rolled from the BILLETS / INGOTS of tested quality as per
latest version of IS: 2830
9. Chemical Composition Conform to IS: 2062/1984
a) Grade
A
b) Chemical Name
Fe-410 W A
c) C 0.23% Max
d) Mn 1.5% Max
e) S 0.05% Max
f) P 0.05% Max
g) SI 0.4% Max
h) Carbon Equivalent
0.42% Max
i) Deoxidation Mode
Semi-killed or killed
j) Supply Condition
As rolled
10. Mechanical Properties :
a) Tensile Test
Requirement as per IS:2062/ 1999 Grade-A
b) Tensile strength Kg. f/sq. mm 410
c) Yield stress Min for thickness/diameter 250
(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq.
mm
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 152 ~ Signature of Bidder with Seal
(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq.
mm
(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq.
mm
d) Elongation Lo=(5.65√So) 23%
e) Bend Test (Internal Dia) Min 3 T is the thickness of the
material & shall not crack
11. Tolerance
Variation in order quantity for any destination and overall
ordered quantity be only to the extent of +/-2%
12. Marking
The mark shall be in legible
English letter given with marking dies of minimum 18mm size
13.
Depth(D) of section (mm) with
+2.5mm/-2.5mm Tolerance as per IS 1852-1985
100
14. Width (B) of Flange (mm) with ±2.0mm
Tolerance as per IS 1852-1985 50
15. Thickness of Flange (Tf) (mm) with ±0.2mm Tolerance
7.7
16. Thickness of Web (Tw) (mm) with
±0.2mm Tolerance 5
17. Corner Radius of fillet or root (R1) (mm) 9
18. Corner Radius of Two (R2) (mm) 2.4
19. Moment of Inertia:
a) Ixx (cm4) 192
b) Iyy (cm4) 26.7
20. Radius of Gyration (cm):
a) Rxx 3.97
b) Ryy 1.48
21. Modulus of Section:
a) Zxx(cm3) 33.5
b) Zyy(cm3) 7.71
22. Flange Slope(α) in Degree 96
23. Tolerance in Dimension As per IS:1852
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 153 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
M.S. CHANNEL (75 x 40 x 6 mm)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
SL.
NO. DESCRIPTION Unit
REQUIREMENT AS PER
TENDER NORMS
Bidder's
Offer
1. M.S. Channel Designation
75 x 40 x 6 mm Channel
2. Length of Channel in mtr with + 100/-
0% Tolerance As per requirement
3. Weight Kg./m with ± 2.5% Tolerance
6.8
4. Sectional Area (sq. cm)
9.1
5. Quality Specification for M.S. Channel IS: 2062 Grade: A
6. Chemical and Physical Composition of Materials
IS: 2062
7. Rolling and Cutting Tolerances for Hot Rolled Steel Products
IS: 1852
8. Raw Material
The steel section shall be re-
rolled from the BILLETS / INGOTS of tested quality as per
latest version of IS: 2830
9. Chemical Composition Conform to IS: 2062/1984
a) Grade
A
b) Chemical Name
Fe-410 W A
c) C 0.23% Max
d) Mn 1.5% Max
e) S 0.05% Max
f) P 0.05% Max
g) SI 0.4% Max
h) Carbon Equivalent
0.42% Max
i) Deoxidation Mode
Semi-killed or killed
j) Supply Condition
As rolled
10. Mechanical Properties :
a) Tensile Test
Requirement as per IS:2062/ 1999 Grade-A
b) Tensile strength Kg. f/sq. mm 410
c) Yield stress Min for thickness/diameter 250
(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq.
mm
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 154 ~ Signature of Bidder with Seal
(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq.
mm
(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq.
mm
d) Elongation Lo=(5.65√So) 23%
e) Bend Test (Internal Dia) Min 3 T is the thickness of the
material & shall not crack
11. Tolerance
Variation in order quantity for any destination and overall
ordered quantity be only to the extent of +/-2%
12. Marking
The mark shall be in legible
English letter given with marking dies of minimum 18mm size
13.
Depth(D) of section (mm) with
+2.5mm/-2.5mm Tolerance as per IS 1852-1985
75
14. Width (B) of Flange (mm) with ±2.0mm
Tolerance as per IS 1852-1985. 40
15. Thickness of Flange (Tf) (mm) with ±0.2mm Tolerance.
7.5
16. Thickness of Web (Tw) (mm) with
±0.2mm Tolerance. 4.8
17. Corner Radius of fillet or root (R1) (mm) 8.5
18. Corner Radius of Two (R2) (mm) 2.4
19. Moment of Inertia:
a) Ixx (cm4) 78.5
b) Iyy (cm4) 12.9
20. Radius of Gyration (cm):
a) Rxx 2.94
b) Ryy 1.19
21. Modulus of Section:
a) Zxx(cm3) 20.9
b) Zyy(cm3) 4.81
22. Flange Slope(α) in Degree 96
23. Tolerance in Dimension As per IS:1852
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 155 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
M.S. ANGLE (50 x 50 x 6 mm)
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
SL. NO.
DESCRIPTION Unit REQUIREMENT AS PER TENDER
NORMS Bidder's
Offer
1. M.S. Angle Designation
50 x 50 x 6 mm
2. Quality Specification for M.S Angle IS: 2062 Grade A
3. Chemical and Physical Composition
of Materials IS: 2062
4. Rolling and Cutting Tolerances for Hot Rolled Steel Products
IS: 1852
5. Raw Material
The steel section shall be re-rolled from
the BILLETS/INGOTS of tested quality as per latest version of IS: 2830
6. Chemical Composition Conform to IS: 2062/1984 &
IS:2062/1999 Grade-A
a) Grade
A
b) Chemical Name
Fe-410W A
c) C 0.23% Max
d) Mn 1.5% Max
e) S 0.05% Max
f) P 0.05% Max
g) SI 0.4% Max
h) Carbon Equivalent (%Max.)
0.42
i) De-oxidation Mode
Semi-killed or killed
7. Mechanical Properties :
a) Tensile strength Kg. f/sq mm 410 as per IS:2062/ 1999 Grade-A
b) Yield stress Min for thickness/diameter:
(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq. mm
(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq. mm
(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq. mm
c) Elongation (min.) (LO = 5.65√SO) 23%
d) Bend Test (Internal Dia) Min 3 T is the thickness of the material
& shall not crack
8. Tolerance Variation in order quantity for any destination and overall ordered quantity
be only to the extent of +/-2%
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 156 ~ Signature of Bidder with Seal
9. Marking
The mark shall be in legible English
letter given with marking dies of minimum 18mm size
10. Weight kg/m with ±2.5% Tolerance 4.5
11. Sectional Area(sq cm) 5.68
12.
Width (B) of Flange (mm) with
±2.0mm Tolerance for 50x50x6 as per IS: 1852-1985
50
13. Thickness of Flange (Tf) (mm) with
±0.2mm Tolerance 6
14. Corner Radius of fillet or root (R1)
(mm) 6
15. Corner Radius of Two (R2) (mm) Reasonable Square
16. Moment of Inertia:
a) Ixx (cm4) 6.9
b) Iyy (cm4) 6.9
17. Radius of Gyration (cm)
a) Rxx 1.53
b) Ryy 1.53
18. Modulus of Section
a) Zxx(cm3) 1.9
b) Zyy(cm3) 1.9
19. Tolerance in Dimension As per IS:1852
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 157 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
GI COIL EARTHING
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture:
Sl.
No. Description
Requirement Bidder's
Offer
1 Nominal diameter of wire mm 4 (8 SWG)
2 No. of Turns No. 115
3 External dia. Of coil mm 50
4 Length of Coil mm 460
5 Free length of GI wire at one end coil mm 2500
6 Mass of Zinc Gm/m² 266
7 Total weight of Coil Kg. 1.850
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 158 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
ALUMINIUM BINDING WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Unit Bidder‟s
Offer
1. IS: 398 (P-4) – 1994 follows or not Yes/No
2. Material of Binding Wire
3. Dia. Of Wire
4. Max. DC resistance at 20 ºC
5. Individual Alluminium Ally Standards
i) Tensile Breaking Stress
ii) Elongation on 200 mm length in breaking
6. Particulars of Raw Materials:
(i) Aluminium: Minimum purity of aluminium
(ii) Aluminium Alloy:
i) Aluminium redraw rod confirming to :
ii) Elements:
a) Si
b) Cu
c) Other Elements
7. Linear mass of Wire
8. Modulus of Elasticity
9. Coefficient of Linear Expansion (per ⁰C)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 159 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
EYE HOOK FOR AB CABLE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Unit Requirement Bidder‟s
Offer
1. Applicable standard
2. Type of Hook
3. Type of Hot Dip Galvanizing
4. Thickness of Zinc Coating
5. Dimensions in mm
6. Net Weight in Kg
7. Ultimate tensile strength
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 160 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
40 mm DIA GI PIPE EARTHING
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Unit
Requirement Bidder's
Offer
1 Type of Pipe
40 mm dia GI Pipe Earthing
2 Size of:
a) Pipe mm 40 mm N.B.
b) Earthing Strips
N.A.
3 Length mtr. 3 mtr.
4 Thickness of Pipe mm 3.2 mm
5 Galvanization Process
IS: 2629/85
6 Galvanization thickness:
a) For Earthing device micron 86
b) For Connecting No. 6 SWG Wire
N.A.
7 Galvanization tests to be conducted as per ISS
IS: 2633
8 Any other Particulars ( like details of Clamp/ G.I. Bolts) 50 mm width 6 mm
thickness 65 mm
flange each side
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 161 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
30 KV 10 KA GAPLESS METAL OXIDE PORCELAIN
CLAD STATION CLASS LIGHTNING ARRESTOR
Name of the Bidder: Name of Manufacturer: Place of Manufacture Sl.
No. Description
Unit Requirement as per tender norms
Bidder‟s offer
Item Details: 33 KV
LA
A. General:
1. Name & Address of the
Manufacturer
2. Type & Model
Metal Oxide Gapless Lightening Arrester, Station Class, Morester Type
3. Standards to which it complies
IEC: 60099-4 (2009) / IS: 3070 (Part - 3) of 1993
B. Rating:
1. Frequency Hz 50
2. Rated Voltage KVrms 33
3. Continuous operating voltage KVrms 30
4. Nominal discharge current,
8/20 µs KArms 10
5. Long duration discharge class Grade Class-2
6. Temporary Over Voltage Capability:
a) 1 Second KVPeak
b) 10 Seconds KVPeak
c) 3 Hours KVPeak
7. Release voltage KVrms 8. Maximum lightening impulse residual voltage with:
a) 1.5 KA, 8/20 µs wave form KVPeak
b) 5.0 KA, 8/20 µs wave form KVPeak
c) 10 KA, 8/20 µs wave form KVPeak
9. Steep current impulse residual voltage, 1/20 µs KVPeak
10. Long duration Impulse Withstand Capability:
a) Peak KA As per Type Test (Minimum 400-500 A)
b) Virtual Duration µs As per Type Test (Minimum 2000)
11. High current impulse KAPeak 100
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 162 ~ Signature of Bidder with Seal
withstand value, 4/10 µs
12. Leakage current through arrester:
a) 100% of rated voltage mA ‹ 3
b) 60% of rated voltage mA ‹ 800
c) 40% of rated voltage mA ‹ 500
d) 22% of rated voltage mA ‹ 300
13. Partial Discharge Level pC ‹ 10
14. Energy Absorption capacity KJ/KV 6 KJ/KV (for 3 sequential shots)
C. Arrestor Housing Insulation:
1. Impulse withstand voltage (1.2/50 µs wave-peak) KVPeak
2. One minute power frequency
withstand voltage (Wet) KVPeak
3. Power frequency voltage vs Time curve (Attach Curve)
As per Type Test
4. Creepage distance mm
5. Type of materials & Grade of
Housing
Porcelain
D. Constructional Details:
1. Type of materials & Grade of MOV Discs
Zinc Oxide
2. Filling medium
Dry Air / Air
3. Pressure relief class
„Class A'
4. Type of mounting
arrangement
Vertical
5. Type of moisture sealing
Hermetically sealed with neoprene
gaskets
6. Cantilever strength of lightning arrester KN/m
Min. 3 KN
7. Colour of Insulator
Brown
8. Height of Lightning arrestor mm As per Type Test Drawing
9. Weight of lightning arrester in service Kg
As per Type Test Drawing
E. TERMINAL:
1. Type of materials & grade of terminals
M.S. / Aluminium
2. Type of terminal corrosion
protection
Zn Plat Clamp Body: Aluminium,
Hardware: Zinc Plate
3. Range of conductor type & size it suits mm²
4. Bi-metallic or not Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 163 ~ Signature of Bidder with Seal
5. Material of earth terminal
MS (HDG)
6. Size of earth terminal mm²
F. Clearances:
1.
Recommended minimum
clearances of arresters, centre to centre mm
2.
Recommended minimum
clearances from centre to arrester to nearest earthed
object mm
3. Clearance from live parts to earth mm
G. Seal Leakage Test:
1. Method to be adopted for seal leakage test
Rubber "O" ring cementing / Bubble Method / Dumble Ring
H. Corrosion Prevention:
1 Surface preparation
Galvanized
2 Rust inhibition
Hot Dip Galvanized
3 Galvanization: Weight Deposited Kg/m²
460
4 Treatment of fasteners
GI
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 164 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS FOR
9 KV 10 KA GAPLESS METAL OXIDE PORCELAIN
CLAD STATION CLASS LIGHTNING ARRESTOR
Name of the Bidder: Name of Manufacturer: Place of Manufacture Sl.
No. Description
Unit Requirement as per tender norms
Bidder‟s offer
Item Details: 11 KV
LA
A. General:
1. Name & Address of the
Manufacturer
2. Type & Model
Metal Oxide Gapless Lightening Arrester, Station Class, Morester Type
3. Standards to which it complies
IEC: 60099-4 (2009) / IS: 3070 (Part - 3) of 1993
B. Rating:
1. Frequency Hz 50
2. Rated Voltage KVrms 11
3. Continuous operating voltage KVrms 9
4. Nominal discharge current,
8/20 µs KArms 10
5. Long duration discharge class Grade Class-2
6. Temporary Over Voltage Capability:
a) 1 Second KVPeak
b) 10 Seconds KVPeak
c) 3 Hours KVPeak
7. Release voltage KVrms 8. Maximum lightening impulse residual voltage with:
a) 1.5 KA, 8/20 µs wave form KVPeak
b) 5.0 KA, 8/20 µs wave form KVPeak
c) 10 KA, 8/20 µs wave form KVPeak
9. Steep current impulse residual voltage, 1/20 µs KVPeak
10. Long duration Impulse Withstand Capability:
a) Peak KA As per Type Test (Minimum 400-500 A)
b) Virtual Duration µs As per Type Test (Minimum 2000)
11. High current impulse KAPeak 100
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 165 ~ Signature of Bidder with Seal
withstand value, 4/10 µs
12. Leakage current through arrester:
a) 100% of rated voltage mA ‹ 3
b) 60% of rated voltage mA ‹ 800
c) 40% of rated voltage mA ‹ 500
d) 22% of rated voltage mA ‹ 300
13. Partial Discharge Level pC ‹ 10
14. Energy Absorption capacity KJ/KV 6 KJ/KV (for 3 sequential shots)
C. Arrestor Housing Insulation:
1. Impulse withstand voltage (1.2/50 µs wave-peak) KVPeak
2. One minute power frequency
withstand voltage (Wet) KVPeak
3. Power frequency voltage vs Time curve (Attach Curve)
As per Type Test
4. Creepage distance mm
5. Type of materials & Grade of
Housing
Porcelain
D. Constructional Details:
1. Type of materials & Grade of MOV Discs
Zinc Oxide
2. Filling medium
Dry Air / Air
3. Pressure relief class
„Class A'
4. Type of mounting
arrangement
Vertical
5. Type of moisture sealing
Hermetically sealed with neoprene
gaskets
6. Cantilever strength of lightning arrester KN/m
Min. 3 KN
7. Colour of Insulator
Brown
8. Height of Lightning arrestor mm As per Type Test Drawing
9. Weight of lightning arrester in service Kg
As per Type Test Drawing
E. TERMINAL:
1. Type of materials & grade of terminals
M.S. / Aluminium
2. Type of terminal corrosion
protection
Zn Plat Clamp Body: Aluminium,
Hardware: Zinc Plate
3. Range of conductor type & size it suits mm²
4. Bi-metallic or not Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 166 ~ Signature of Bidder with Seal
5. Material of earth terminal
MS (HDG)
6. Size of earth terminal mm²
F. Clearances:
1.
Recommended minimum
clearances of arresters, centre to centre mm
2.
Recommended minimum
clearances from centre to arrester to nearest earthed
object mm
3. Clearance from live parts to earth mm
G. Seal Leakage Test:
1. Method to be adopted for seal leakage test
Rubber "O" ring cementing / Bubble Method / Dumble Ring
H. Corrosion Prevention:
1 Surface preparation
Galvanized
2 Rust inhibition
Hot Dip Galvanized
3 Galvanization: Weight Deposited Kg/m²
460
4 Treatment of fasteners
GI
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 167 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR XLPE
CABLE JOINTING KIT
A. MATERIAL SPECIFICATION FOR HEAT SHRINKABLE TUBING:
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Description Standard Requirement Bidder‟s
Offer Non-Tracking Tube
Stress Control
Tubing
Ferrule Insulating
Tubing
Clear Insulating
Tubing
Inner Outer
Tubing for Joint
1. Tensile
Strength
ISO: 37 8 N/ mm2
min. 14 N/
mm2
min.
10 N/
mm2
min.
12 N/
mm2
min.
14 MPa
min.
2. Ultimate
Elongation
ISO: 37 300% min. 250%
min.
300%
min.
200%
min.
500%
min.
3. Accelerated Ageing 168
hrs. at 120 ⁰C
ISO: 188
4. -Tensile
Strength
ISO: 37
min.
7.5 N/ mm2
min.
13 N/
mm2
min.
10 N/
mm2
min.
12 N/
mm2
min.
14 MPa
min.
5. -Ultimate
Elongation
ISO: 37 200% min. 130%
min.
300%
min.
200%
min.
300%
min.
6. Thermal Endurance
IEC: 216 110 ⁰C min. 90 ⁰C
min.
105 ⁰C
min.
110 ⁰C
min.
120 ⁰C
min.
7. Electric Strength
IEC: 243 Wall Elec. Thickness
strn. (Normal) KV/cm
Wall Elec. Thickness strn. (Normal)
KV/cm
Wall Elec. Thickness strn. (Normal)
KV/cm
100 KV/cm
min.
3.0 mm
100 min
3.0 mm
100 min
*1.3 mm
100 min
8. Volume Resistivity
IEC: 93 1x108 Ω-cm
min. 5x10
10
Ω-cm
min.
1x1013
Ω-cm min.
1x1016
Ω-cm min.
1x1012
Ω-cm
min.
9. Dielectric IEC: 250 5.0 max 15.0 5.0 max 3.5 max 5.0 max
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 168 ~ Signature of Bidder with Seal
Strength min.
10. Tracking and
Erosion Resistance
ASTM
D2303
No tracking
erosion to top surface or
flame failure after:
1 hr at 2.5 KV 1 hr at 2.75
KV 1 hr at 3.0 KV 20 min at 3.25
KV
- KA 3C KA 1
11. Water
Absorption
ISO/R62
Procedure A
1% max after
14 days at
(23±2) ⁰C
1% max
after 14 days at (23±2)
⁰C
1% max
after 14 days at
(23±2) ⁰C
0.5%
max after 14 days at (23±2)
⁰C
0.2%
max after 14 days at
(23±2)
⁰C
12. Resistance to liquids
ISO: 1817
13. -Transformer
oil to VDE 0370
immersion & days at (23+2)
⁰C
14. -Tensile
Strength
ISO: 37 5 N/ mm2
min. 13 N/
mm2
min.
7.5 N/
mm2
min.
14 MPa
min.
15. -Ultimate
Elongation
ISO: 37 250% min 250%
min
250%
min
300%
min
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 169 ~ Signature of Bidder with Seal
B. MATERIAL SPECIFICATION FOR HEAT SHRINKABLE MOULDED PARTS:
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Standard Requirement Bidder‟s
Offer Sheds Conductive
Break-outs
1. Tensile Strength ISO: 37 8 N/ mm2
min. 9 N/ mm2
min.
2. Ultimate Elongation ISO: 37 300% min 230%
3. Accelerated Ageing
168 hrs. at 120 ⁰C
ISO: 188
4. Tensile Strength ISO: 37 min 7.5 N/ mm2
min. 9 N/ mm2
min.
5. Ultimate Elongation ISO: 37 200% min 150% min
6. Thermal Endurance IEC: 216 110 ⁰C 105 ⁰C
7.
Electric Strength IEC: 243 Wall elec. Thickness strength (normal) KV/cm
< 3.0 100 mm min.
8. Volume Resistivity IEC: 93 1x1013
Ω-cm min. 200 Ω-cm max
9. Dielectric Strength IEC: 250 5.0 max
10. Tracking and Erosion Resistance
ASTM D2303
No tracking erosion to top surface or flame failure after:
1 hr at 2.5 KV 1 hr at 2.75 KV
1 hr at 3.0 KV 20 min at 3.25 KV
11. Water Absorption ISO/R62
Procedure A
1% max after 14 days at
(23±2) ⁰C
1% max after
14 days at
(23±2) ⁰C
12. Resistance to liquids
ISO 1817
13. Transformer oil to
VDE 0370 immersion & days
at (23+2) ⁰C
14. Tensile Strength ISO: 37 5 N/ mm2
min. 7.5 N/ mm2
min.
15. Ultimate Elongation ISO: 37 250% min 250% min
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 170 ~ Signature of Bidder with Seal
C.MATERIAL SPECIFICATION FOR HEAT
SHRINKABLE ADHESIVE/SEALANTS:
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Description Requirement Bidder‟s Offer
Black Insulator Mastic Sealant Break-out
and Sheds
1. Softening Point ASTM E28
2. Electric Strength IEC 243 80 KV/cm MIN
3. Volume Resistivity IEC 93
4. Water Absorption ISO/R 62 Procedure-A 1% MAX AFTER 1
DAY AT (23±2) ⁰C
5. Corrosive effect 16 hrs. at
121 ⁰C
ASTM D2671 Method-B
6. Adhesive peel strength substrate 2/1
As detailed in master specification
Below 30 ⁰C
7. NTR/NTR 25 N/25 mm min
8. NTR/CON 20 N/25 mm min
9. NTR/AL 20 N/25 mm min
10. NTR/Pb 20 N/25 mm min
11. T.E.R.T. ASTM D2303 No tracking erosion to
top surface or flame failure after: 1 hr at 2.0 KV 1 hr at 2.5
KV 1 hr at 2.75 KV 20
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 171 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
33 KV 400 amp. A.B. SWITCH
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture
Sl.
No.
Description Unit Requirement Bidder‟s
Offer
1. Type of Switching Rotating Type
2. Suitable for mounting Horizontal only
3. No. of Breakers per phase Single Break
4. No. of Post Insulators per
phase
No. 2 nos. of 22 KV Post Insulators as per IS:
2544 / 1973 per phase
5. Manufacturer of Post Insulator
Techno Ceramic / Allied Ceramic / JSI/ equivalent Type Test certificates to be
provided along with the offer
6. Type of cementing Original Cementing. The insulator to be cemented with MCI (Hot dip galvanised / Al
Alloy cap and MCI/Forged steel hot deep galvanized pedestal)
7. Power frequency withstand
voltage (Dry)
KVrms
8. One minute Power
frequency withstand voltage (wet)
KVrms
9. Visible discharge voltage KVrms 30
10. Dry flash over voltage KV
11. Power frequency puncture
withstand voltage
KV
12. Creepage distance mm 450
13. Impulse withstand voltage for positive & negative polarity (1.2/50 micro second wave) :
a) Across the isolating distance KVPeak 195
b) To earth & between poles KVPeak 170
14. Rated one minute Power frequency withstand voltage:
a) Across the Isolating distance KVrms
b) To earth & between poles KVrms
15. Rated voltage nominal/maximum
KV 33/36
16. Rated normal current and rated frequency
amp. & Hz
400 & 50
17. Rated short-circuit making
capacity
KVPea
k
18. Rated Short-time current KA
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 172 ~ Signature of Bidder with Seal
19. Rated peak withstand current KA
20. Rated mainly active load
breaking capacity
KA
21. Rated transformer off load breaking capacity
A
22. Rated line charging capacity KArms
23. Rated cable charging capacity
KArms
24. Minimum clearance between
adjacent phase
a) Switch closed (center to center)
mm
b) Switch opened (Center of
post insulator to the edge of the blade)
mm
25. Temperature rise ºC
26. Vertical clearance from top of insulator cap to mounting
channel
mm
27. Type of contact:
a) Self aligned high pressure jaw type fixed contacts of hard drawn copper of size 55 x 6 x 70 mm contact is riveted with three nos. copper rivets
with a bunch of copper strips suitable to give desired spring action
Yes/No
b) Solid rectangular blade type moving contact of size 35 x 6 mm and length 220 mm duly silver plated
Yes/No
c) Stainless Steel Pressure springs are used in jaw contacts having 8 nos. of
turns x 28 mm heights x 14.4 mm diameter with 14 SWG wire
Yes/No
d) Terminal connector (fixed) Copper flat of size 35 x 6 mm and length 95 mm duly silver plated with 1 no. long 1/2” dia G.I. Nut Bolt & Spring
washers suitable for 100 sq. mm conductor
Yes/No
e) Terminal connector (Movable) Copper flat of size 35 x 6 mm and length
100 mm duly silver plated with 1 no. long ½” dia G.I. Nut Bolt & Spring washers suitable to accommodate bimetallic socket up to 100 sq mm conductor
Yes/No
f) Terminal supporting flat mm Movable terminal contact is supported by G.I. flat of size 50 x 8 x 370 mm on each
phase
g) Phase Coupling Rod mm ISI mark 25 mm nominal bore G.I. Pipe (Medium) conforming to IS: 1239/Part - I
h) Operating Rod mm ISI mark 32 mm nominal bore G.I. Pipe
Medium) conforming to IS: 1239/Part-I
i) Arcing Horn mm 10 mm dia G.I. Rod
j) Force of fixed contact spring lbs 30 to 50
k) Copper braided flexible taps No. 320 mm long 2 nos. tin coated copper
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 173 ~ Signature of Bidder with Seal
braided flexible tape both end seated with
copper sheets duly punched for fixing
l) Quick break device Lever mechanism
m) Fasteners All fasteners (nut & bolds) should be hot-dip galvanized & should be provided with
spring and plane washers.
n) Material & Dimension of Coupling Pipe
o) Material & Dimension of
Operating Rod
p) Sockets (Lugs) Shall be tinned cupper sholder less crimping
type confirming to IS: 8309 & 8394 suitable for aluminium conductor. The cable lugs shall suit the type of terminals provided.
The cable lug shall be of Dowel make.
28. Detailed drawing submitted Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 174 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 11 KV
400 amp. A.B. SWITCH
Name of the Bidder:
Name of Manufacturer:
Place of Manufacture
Sl.
No.
Description Unit Requirement Bidder‟s
Offer
1. Type of Switching Rotating Type
2. Suitable for mounting Horizontal only
3. No. of Breakers per phase Single Break
4. No. of Post Insulators per
phase
No. 2 nos. of 11 KV Post Insulators as per IS:
2544 / 1973 per phase
5. Manufacturer of Post
Insulator
Techno Ceramic / Allied Ceramic / JSI/
equivalent Type Test certificates to be provided along with the offer
6. Type of cementing Original Cementing. The insulator to be
cemented with MCI (Hot dip galvanized / Al Alloy cap and MCI/Forged steel hot deep galvanized pedestal)
7. Power frequency withstand voltage (Dry)
KVrms 65
8. One minute Power
frequency withstand voltage (wet)
KVrms 40
9. Visible discharge voltage KVrms 9
10. Dry flash over voltage KV 70
11. Power frequency puncture withstand voltage
KV 110
12. Creepage distance mm 320
13. Impulse withstand voltage for positive & negative polarity (1.2/50 micro second wave) :
a) Across the isolating distance KVPeak 85
b) To earth & between poles KVPeak 75
14. Rated one minute Power frequency withstand voltage:
a) Across the Isolating distance KVrms 32
b) To earth & between poles KVrms 28
15. Rated voltage
nominal/maximum
KV 11/12
16. Rated normal current and rated frequency
amp. & Hz
400 & 50
17. Rated short-circuit making
capacity
KVPea
k
20
18. Rated Short-time current KA 16
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 175 ~ Signature of Bidder with Seal
19. Rated peak withstand current KA 40
20. Rated mainly active load
breaking capacity
KA 10
21. Rated transformer off load breaking capacity
A 16.3
22. Rated line charging capacity KArms 2.5
23. Rated cable charging capacity
KArms 10
24. Minimum clearance between
adjacent phase
a) Switch closed (center to center)
mm
b) Switch opened (Center of
post insulator to the edge of the blade)
mm
25. Temperature rise ºC
26. Vertical clearance from top of insulator cap to mounting
channel
mm
27. Type of contact:
a) Self aligned high pressure jaw type fixed contacts of hard drawn copper of size 55 x 6 x 70 mm contact is riveted with three nos. copper rivets
with a bunch of copper strips suitable to give desired spring action
Yes/No
b) Solid rectangular blade type moving contact of size 35 x 6 mm and length 220 mm duly silver plated
Yes/No
c) Stainless Steel Pressure springs are used in jaw contacts having 8 nos. of
turns x 28 mm heights x 14.4 mm diameter with 14 SWG wire
Yes/No
d) Terminal connector (fixed) Copper flat of size 35 x 6 mm and length 95 mm duly silver plated with 1 no. long 1/2” dia G.I. Nut Bolt & Spring
washers suitable for 100 sq. mm conductor
Yes/No
e) Terminal connector (Movable) Copper flat of size 35 x 6 mm and length
100 mm duly silver plated with 1 no. long ½” dia G.I. Nut Bolt & Spring washers suitable to accommodate bimetallic socket up to 100 sq mm conductor
Yes/No
f) Terminal supporting flat mm Movable terminal contact is supported by G.I. flat of size 50 x 8 x 370 mm on each
phase
g) Phase Coupling Rod mm ISI mark 25 mm nominal bore G.I. Pipe (Medium) conforming to IS: 1239/Part - I
h) Operating Rod mm ISI mark 32 mm nominal bore G.I. Pipe
Medium) conforming to IS: 1239/Part-I
i) Arcing Horn mm 10 mm dia G.I. Rod
j) Force of fixed contact spring lbs 30 to 50
k) Copper braided flexible taps No. 320 mm long 2 nos. tin coated copper
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 176 ~ Signature of Bidder with Seal
braided flexible tape both end seated with
copper sheets duly punched for fixing
l) Quick break device Lever mechanism
m) Fasteners All fasteners (nut & bolds) should be hot-dip galvanized & should be provided with
spring and plane washers.
n) Material & Dimension of Coupling Pipe
o) Material & Dimension of
Operating Rod
p) Sockets (Lugs) Shall be tinned cupper shoulder less
crimping type confirming to IS: 8309 & 8394 suitable for aluminium conductor. The cable lugs shall suit the type of terminals
provided. The cable lug shall be of Dowel make.
28. Detailed drawing submitted Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 177 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR DEAD END
CLAMP FOR BARE MESSENGER WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Description Unit Requirement Bidder‟s Offer
1. Applicable standard
2. Type of clamp
3. Type of design
4. Voltage Grade (KV)
5. Type & grade (metallic/non-metallic material)
6. Type of hot dip galvanizing & thickness of Zinc coating
7. Marking
8. Colour of non-metallic parts
9. Dimensions
10. Approximate weight
11. Minimum Breaking Load (KN)
12. Maximum allowable load(KN)
13. Slip Strength (KN)
14. Method of casting
15. Operating temperature (ºC)
a) Continuous Operation
b) Short circuit condition
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 178 ~ Signature of Bidder with Seal
GTP OF POLE CLAMP
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Unit Requirement Bidder‟s Offer
1. Applicable standard
2. Type of Clamp
3. Grade of Steel
4. Steel standards
5. Fabrication Standard
6. Dimension
7. Steel Section utilized
Steel tensile strength
Working Load
Weight of stay Clamp
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 179 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
SUSPENSION CLAMP FOR BARE MESSENGER WIRE
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Description Unit Requirement Bidder‟s Offer
1. Applicable standard
2. Type of clamp
3. Type of design
4. Voltage Grade (KV)
5. Type & grade (metallic/non-metallic material)
6. Type of hot dip galvanizing & thickness of Zinc coating
7. Marking
8. Colour of non-metallic parts
9. Dimensions
10. Approximate weight
11. Minimum Breaking Load (KN)
12. Maximum allowable load(KN)
13. Max. angle of deviation of conductor (degrees)
14. Method of casting
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 180 ~ Signature of Bidder with Seal
GUARANTEED TECHNICAL PARTICULARS FOR
INSULATION PIERCING CONNECTOR
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No.
Description Unit Requirement Bidder‟s
Offer
1. Applicable standard
2. Type of connectors
3. Application
4. Is any metallic part carrying potential in operation exposed
during installation
5. End Caps of branch cable:
a) Slide on type
b) Rigid type
6. Are torque limiting shear head provided to tightening bolts
7. Range of cable sizes accommodated for main and branch
8. Min and Max torque defined
9. Torque for establishing connection between main and branch
10. Material used for teeth
11. Surface finish of teeth
12. Maximum tensile load for no breakdown of main
conductor(cross section)
13. Max. tensile load on branch conductor for no break/slippage
14. Voltage withstand under water emersion KV
15. No. of cycles
16. Max temp at each cycle ºC
17. Marking and embossing on the connector
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 181 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF 11 KV “V”
CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Description Requirement Bidder's
offer
Item 11 KV “V” Cross Arm
1. Type of Cross Arm V - TYPE
2. Grade of Steel FY 250: 43 A
3. Steel Standard IS: 2062 - 1992
4. Fabrication Standard IS: 802 (PART-2) -
1978
5. Dimensions mm
6. Steel Section Utilized 100 x 50 x 6 mm
7. Steel Tensile Strength 1500 Kg. f / cm2
8. Working Load 200 / 300 / 350 / 400 Kg
9. Details of Galvanizing Method utilized & Standard / Specification confirming to
Min 610 gm.
10. Weight of Cross Arm (min.) 10.2 Kg.
11. Whether drawing has been submitted with the bid Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 182 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF
BACK CLAMP FOR 11 KV “V” CROSS ARM
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl.
No. Description Unit Requirement
Bidder's
Offer
1. Type of Clamp Back Clamp for 33 KV
„V‟ CROSS ARM
2. Grade of Steel FY-250
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 8029 (Part-2):1978
5. Dimension mm 50 x 8 mm MS Flat
6. Steel Sections Utilized 50 x 8 mm MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg. f/cm²
8. Working Load Kg. 200/300 Kg
9. Details of Construction Standard
10. Details of Galvanizing Method Utilized and
Standard/ Specification Conforming to? NA
11. Weight of Back Clamp for 33 KV V Cross
Arm (min.) Kg. 1.7
12. Whether Drawing has been Submitted with the Bid
Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 183 ~ Signature of Bidder with Seal
GENERAL TECHNICAL PARTICULARS OF
11 KV „F‟ CLAMP
Name of The Bidder:
Manufacturer's Name & Address:
Place of Manufacture:
Sl. No.
Description Unit Requirement Bidder's
Offer
1. Type of Clamp 11 KV F-CLAMP
2. Grade of Steel 43A M.S.
3. Steel Standards IS: 2062/1992
4. Fabrication Standards IS: 802 (P-2)/1978
5. Dimension 75 x 10 MS Flat
6. Steel Sections Utilized mm 75 x 10 MS Flat
7. Steel Tensile Strength N/cm2 1500 Kg F/cm²
8. Working Load Kg. 400/ 450/ 550/ 600 Kg.
9. Details of Construction Standard As per IS
10. Details of Galvanizing Method Utilized and
Standard/ Specification Conforming to?
NA
11. Weight of 33 KV F-CLAMP (min.) Kg.
2.9 Kg.
12. Whether Drawing has been Submitted with
the Bid
Yes/No
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 184 ~ Signature of Bidder with Seal
SECTION – IV
ANNEXURES
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 185 ~ Signature of Bidder with Seal
WESCO UTILITY
Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115
E-Mail: [email protected], Web site: www.wescoorissa.com
DEPARTMENT OF WORKS & PLANNING
Head Quarter Office (EAST BUILDING), Burla-768017
E-Mail: [email protected] ***************************************************************************************
TENDER NOTICE NO: WESCO/WORKS/20-21/02 Date: 21.05.2020
SECTION: III ANNEXURE: I
BID PROPOSAL LETTER
Electrical Installation of Works under WESCO
Bidder‟s Name and Address :
(In case of JV/Consortium, Name of JV/Consortium)
Bid Proposal Reference : Person to be contacted :
Designation : Telephone No. :
E-mail : Fax No. :
To The General Manager (Works & Planning)
Department of Works & Planning Head Quarter Office (EAST Building)
At/PO: Burla, Dist: Sambalpur-768017
Dear Sir, We the undersigned bidder have read and examined the detailed specification and
bidding documents for execution of various electrical installations works and do herewith submit our bid for the following packages:
Sl.
No.
Name of the Owner Name of the
Package
Estimated Cost
(Rs. in Cr.)
1.
2.
3.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 186 ~ Signature of Bidder with Seal
We declare the following:
1.0 PRICES AND VALIDITY:
1.1 All the prices and price components stated in our bid proposal are firm and not subject to any price adjustment, in line with the bidding documents. All the prices and other
terms and conditions of this proposal are valid for a period of 180 days from the date of opening of the bids. We further declare that prices stated in our proposal are in
accordance with “Instructions to Bidders” of bidding documents.
1.2 We do hereby confirm that our bid prices as quoted in attached Schedules include all import duties and levies including license fees lawfully payable by us on imported items
and other taxes, duties and levies applicable on bought – out components, materials, equipment and other items and confirm that any such taxes, duties and levies
additionally payable shall be to our account. 1.3 We confirm that the G.S.T. on Works Contract, Turnover Tax or any other similar
taxes, as applicable, are included in our quoted bid price and there shall not be any liability on this account to the Owner. We understand that Owner shall, deduct such
taxes at source as per the rules and issue TDS Certificate to us.
1.4 We confirm that, in our Bid Price, we have considered G.S.T. in line with lawful prevalent practice.
1.5 Price components of various items are indicated in the B.O.Q. for the works.
1.6 We further declare that while quoting the price, the due credit under Input tax credit
scheme, as per relevant Government policies wherever applicable, have been taken into account.
1.7 We, having studied the bidding document in three volumes relating to taxes & duties and hereby, declare that if any income tax, charge on income tax or any other corporate
tax is attracted under the law, we agree to pay the same.
1.8 We are aware that the Price schedules do not generally give a full description of the supplies to be made and work to be performed under each item and we shall be deemed
to have read the Technical Specifications and other bidding documents and drawings to ascertain the full scope of work included in each item while filling in the related and
prices. We agree that the entered rates and prices shall be deemed to include the full scope as aforesaid, including overheads and profits.
1.9 We understand that in the price schedule, if there is discrepancy between the unit price
and total price, the same shall be corrected as per relevant provisions. 1.10 We declare that prices for items left blank in the schedules will be deemed to have been
included in other items. The TOTAL for each schedule and the TOTAL of Grand
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 187 ~ Signature of Bidder with Seal
summary shall be deemed to be the total price for executing the facilities and sections
thereof in complete accordance with the contract, whether or not each item has been priced.
2.0 CONSTRUCTION OF THE CONTRACT:
We declare that we are making the offer on the basis of indivisible supply-cum- Erection contract on a single source responsibility basis.
3.0 BID SECURITY (EMD):
We are enclosing Bank Draft / Bank Guarantee No.: __________ dtd. ______ amounting to Rs. ______ (Rupees ______ only) issued by Bank ______ branch payable
at Burla/ Sambalpur towards Bid Security against our above Bid. The Bid Security amount has been computed by adding the Estimated Cost of the work.
4.0 EQUIPMENT PERFORMANCE GURANTEE:
We declare that the ratings and performance figures of the equipment to be furnished
and erected by us are guaranteed. The Guaranteed particulars of different equipments are enclosed along with our bid.
5.0 BID PRICING:
We further declare that the prices stated in our proposal are in accordance with your „Instruction of Bidders of Conditions of Contract, of the bid documents.
6.0 PRICE ADJUSTMENT:
We declare that all the prices and price components stated in our offer are on FIRM price basis.
7.0 QUALIFICATION:
We confirm having submitted the Qualification Data in original plus one copy, as
required by you under clause 2.0 „Invitation for Bids‟. Further we have filled in the information for qualification requirements. In case you require any further
information in this regard, we agree to furnished the same in time.
8.0 DEVIATIONS: 8.1 We declare that the contract shall be executed strictly in accordance with the
specifications and documents except for the variations and deviations all of which have been detailed out exhaustively in the following schedules, irrespective of whatever
has been stated to the contrary anywhere else in our proposal.
67.18 Commercial Deviations Schedule 67.19 Cost of withdrawal of Deviations on Critical clauses
67.20 Technical Deviation Schedule
8.2 We confirm that specified stipulation of following critical clauses is acceptable to us
and no deviations/exceptions are taken on any account whatsoever in the following
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 188 ~ Signature of Bidder with Seal
clauses:
a) Payment Terms : b) Bid Guarantee :
c) Contract Performance Guarantee : d) Liquidated Damages for delay :
e) Prices and Price Adjustment : f) Guarantee / Warrantees :
Further, we agree that the additional conditions, deviations, if any, found in our bid
proposal documents other than those stated in attached Deviation Schedules, save that pertaining to any rebates offered, shall not be given effect to.
9.0 ADDITIONAL INFORMATION:
We have included with this proposal additional information listed. We further confirm that such additional information does not imply any additional deviation beyond those covered in appropriate schedules and in case of any contradiction between these
additional information and other provisions of Bid, the latter prevail.
10.0 GURANTEE DECLARATION: We guarantee that the equipment offered shall meet the rating and performance
requirements stipulated in this specification. The Guarantee Declaration which shall attract levy of liquidated damages for non-performance is indicated in the relevant
schedule.
11.0 BOUGHTOUT AND SUB-CONTRACTED ITEM: We are furnishing herewith at appropriate Schedule, the detail of all major item of
supply amounting to more than 10% of our Bid Price, which were propose subletting giving detail of the name of sub-contractor/sub-vendor and quantity for each item.
12.0 WORK SCHEDULE: If this proposal is accepted by you, we agree to submit engineering data, provide
services and complete the entire work from time to time, in accordance with schedule indicated in the proposal. We fully understand that the time schedule stipulated in this
proposal is the essence of the contract, if awarded. The completion schedule of the various major key phases of the work is indicated in the designated schedule.
13.0 CONTRACT PERFORMANCE GUARANTEE:
We further agree that if our Bid is accepted we shall provide an irrevocable Bank guarantee towards Contract Performance Guarantee, of value equivalent to ten percent
(10%) of the Contract Price initially valid up to the end of ninety (90) days after the end of the contract warranty period in the form of Bank Guarantee in your favour within 15
(fifteen) days from the date of „Notice of Award of Contract‟ and enter into a formal agreement with you immediately thereafter.
Dated this ___________ day of_______ 20__
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 189 ~ Signature of Bidder with Seal
Thanking you, Yours faithfully,
(Signature of the Authorized Signatory) Name: ___________________
Designation: ______________ Seal of the company: ________
Date: _____________________
Place:
(Written power of Attorney of all signatories of the bid to commit the Bid must be enclosed with the Bid. In case of joint venture, the written Power of Attorney of all signatories from respective partners must be enclosed with the Bid. .
N.B.: Applicable case of a Bid from Joint Venture of Firms. Further, the Bid must be signed
by each partner of the Joint venture.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 190 ~ Signature of Bidder with Seal
ANNEXURE – II
To The General Manager (Works & Planning) Department of Works & Planning Head Quarter Office (EAST Building) At/PO: Burla, Dist: Sambalpur-768017 Sir, Having examined the above specifications together with the Tender terms and conditions referred to therein:
67.20.1 I / We the undersigned do hereby offer to execute the contract covered there on in complete shape in all respects as per the rules entered in the attached contract
schedule of prices in the tender.
67.20.2 I / We do hereby under take to have executed the contract within the time specified in the tender.
67.20.3 3 – I / We do hereby guarantee the technical particulars given in the tender
supported with necessary reports from concerned authorities.
67.20.4 I / We do hereby certify to have purchased a copy of the tender specifications by remitting Cash / Demand draft & this has been duly acknowledged by you in your
letter No.: __________ dtd. _________.
67.20.5 I / We do hereby agree to furnish the composite Bank Guarantee in the manner specified / acceptable by WESCO (as the case may be) & for the sum as applicable to
me / us as per clause No.29 of Section-II of this specification within fifteen days of issue of Letter of Award / Work Order, in the event of Work order being decided in
my / us favour, failing which I / We clearly understand that the said LOA / W.O. shall be liable to be withdrawn by the Owner.
Signed this ________ Day of __________ 20______
Yours faithfully
(Signature of Bidder with Seal of Company)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 191 ~ Signature of Bidder with Seal
ANNEXURE – III
PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT,
PAYMENT & PERFORMANCE
This Guarantee Bond is executed this ___ day of ___ by us the __________ Bank at _______ P.O. _____ P.S. _______ Dist. ________ State __________
(The Administrator, WESCO Utility, Burla)
Whereas WESCO Utility having head quarter office at Burla, Sambalpur-768017 (here in after called “the Purchaser”) has placed Purchase Order No._________ Dt.___________
(hereinafter called “the Agreement”) with M/s. _________________ (hereinafter called “the Contractor”) for supply of ________________ (name of the material) and whereas WESCO
Utility has agreed (1) to exempt the Contractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as per the said agreement and (3) to exempt from performance guarantee on furnishing by the Contractor to the Purchaser a composite
Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement.
1. Now, therefore, in consideration of Purchaser having agreed (1) to exempt the
Contractor for making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishing performance guarantee in terms of the
said Agreement as aforesaid, we the ___________ Bank, Address ___________ (code No. ____) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the
Purchaser an amount not exceeding Rs.________ (Rupees ___________) only against any loss or damage caused to or suffered by Purchaser by reason of any breach by the
said Contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We, the_____ Bank do hereby undertake to pay the amounts due and payable under the
guarantee without any demur, merely on a demand from Purchaser stating that the amount claimed is due by way of loss or damage caused to or suffered by Purchaser by
reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractor‟s
failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee.
However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.______ (Rupees ______ ) only.
3. We, the ________________________ Bank also undertake to pay to Purchaser any
money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before any court or Tribunal relating
thereto our liability under this Agreement being absolute and irrevocable. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 192 ~ Signature of Bidder with Seal
4. We, the ____________ Bank further agree that the guarantee herein contain shall
remain in full force and affect during the period that would be taken for the performance of the said Agreement and it shall continue to remain in force till all the dues of
Purchaser under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till Purchaser certifies that the terms and conditions of the said
Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity of
the guarantee period.
Unless a demand or claim under this guarantee is made on us or with_____________ ____________________________________ (Local Bank Name, address and code
No.) _________________________________________________, Burla / Sambalpur in writing on or before __________________ (date) we shall be discharged from all
liability under this guarantee thereafter. 5. We, the _________________________ Bank further agree that Purchaser shall have
the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or
to extend time of performance by the said Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said
Contractor(s) or for any forbearance act or omission on part of Purchaser or any indulgence by Purchaser to the said Contractor(s) or by any such matter or thing
whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us.
6. The Guarantee will not be discharged due to change in the name, style and constitution
of the Bank and or Contractor(s). 7. We, the _________________________ Bank lastly undertake not to revoke this
Guarantee during its currency except with the previous consent of Purchaser in writing.
Dated ___________ the __________ day of Two thousand _________. Notwithstanding anything contained herein above.
Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees
_______ ________________________________________) only. The Bank Guarantee shall be valid up to _____________________ only.
We or our Bank at Burla / Sambalpur (Name & Address of the Local Bank) are liable to
pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us or our local Bank at Burla /
Sambalpur a written claim or demand and received by us or by Local Branch at Bur la / Sambalpur on or before Dt.__________ otherwise bank shall be discharged of all liabilities under this guarantee thereafter.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 193 ~ Signature of Bidder with Seal
For _____________________________________
(Indicate the name of the Bank)
N.B.: 1. Name of the Contractor:
2. No. & date of the Purchase order / agreement: 3. Amount of P.O.:
4. Name of Materials: 5. Name of the Bank:
6. Amount of the Bank Guarantee: 7. Name, Address and Code No. of the Local Branch:
8. Validity period or date up to which the agreement is valid: 9. Signature of the Constituent Authority of the Bank with seal:
10. Name & addresses of the Witnesses with signature: The Bank Guarantee shall be accepted only after getting confirmation from the respective
Banks.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 194 ~ Signature of Bidder with Seal
ANNEXURE – IV
PROFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT
(To be stamped in accordance with Stamp Act) (To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the
BG Issuing Bank)
Ref: _________ Bank Guarantee No: ____________ Date: __________ To
The Authorized Officer of the Administrator WESCO Utility, Burla
Dear Sir
In consideration of Whereas Administrator WESCO Utility (WESCO) (hereinafter referred to as the „Owner‟, which expression shall, unless repugnant to the context or
meaning thereof include its successors, administrators and assigns) having awarded to M/s. __________ (hereinafter referred to as the "Contractor” which expression shall unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of Owner‟s Letter of Award No.: _______ dated ______ and the same having been acknowledged by the Contractor, resulting in a Contract bearing
No.: __________ dtd. _______ valued at _______ for _______ Scope of work) _________ (Hereinafter called the 'Contract‟) and the Owner having agreed to make an advance payment
to the Contractor for performance of the above Contract amounting ______ (in words and figures ) as an advance against Bank Guarantee to be furnished by the Contractor.
We, _________ (Name of the Bank) having its Head Office at _______ (hereinafter
referred to as the „Bank‟, which expression shall, unless repugnant to the context or meaning thereof , include its successors, administrators, executors and assigns ) do hereby guarantee
and undertake to pay the Owner, immediately on demand any or, all monies payable by the Contractor to the extent of _______ as aforesaid at any time up to ____ @
______ without any demur, reservation, contest, recourse or protest and / or without any reference to the Contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the
Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and shall
continue to be enforceable till the Owner discharges this guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee, from time to time to vary the advance or to extend the time
for performance of the Contract by the Contractor. The Owner shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any powers
vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any
covenants, contained or implied, in the Contract between the Owner and the Contractor or
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 195 ~ Signature of Bidder with Seal
any other course or remedy or security available to the Owner. The Bank shall not be
released of its obligations under these presents by an exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of the Owner or any other indulgence shown by the Owner or by another matter or thing, whatsoever, which under
law would, but for this provision have the effect of relieving the Bank.
Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the
Contractor and notwithstanding any security or other guarantee that the Owner may have in relation to the Contractor'‟ liabilities.
Notwithstanding anything contained hereinabove our liability under this guarantee is
limited to ________ and it shall remain in force up to and including .____ @ ______ and shall be extended from time to time for such period (not exceeding one year ), as may be desired by M/s. _______ on whose behalf this guarantee has been given.
The Guarantee will not be discharged due to change in the name, style and
constitution of the Bank and or Contractor(s). All other contentions in B.G will safe guard the interest of Owner.
We, the ___________________ Bank lastly undertake not to revoke this Guarantee during
its currency except with the previous consent of Owner in writing.
Dated ____ the ____ day of Two thousand ______
Notwithstanding anything contained herein above. Our liability under this Bank Guarantee shall not exceed Rs. ________ (Rupees ______ only.) The Bank Guarantee shall be valid up
to ___________ only.
Our ________ branch at Burla/Sambalpur (Name & Address of the Burla/Sambalpur branch) is liable to pay the guaranteed amount depending on the filing of claim and any part
thereof under this Bank Guarantee only and only if you serve upon us at our Burla/Sambalpur branch a written claim or demand and received by us at our Burla/Sambalpur branch on or before Dt. ____ otherwise bank shall be discharged of all
liabilities under this guarantee thereafter.
For ____________ (Indicate the name of the Bank)
Dated this _________ Day of __________ 20_________ at _______
WITNESS
(Signature) (Signature)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 196 ~ Signature of Bidder with Seal
(Name) (Name)
(Official Address) (Designation with Bank Stamp)
Attorney as per
Power of Attorney No.: Date:
@ This date shall be ninety (90) days after the schedule date of completion of the Contract.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 197 ~ Signature of Bidder with Seal
ANNEXURE: V (A)
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Single Firm)
To The General Manager (Works)
Department of Works & Planning WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sirs,
I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support of our meeting the Qualifying requirements (QR) for bidders, stipulated in this tender specification, we furnish herewith the details/documents etc. as follows.
Table – A: Previous Works Experience:
Package Quoted
for
Description of Proposed
Works
Tender Quantity
Quantity Installed & Commissioned Sl. No.
Financial Year
Name of Client
W.O. Ref.
Qty Installed
Proof of Documents
submitted executed the works during
the relevant financial year
Table – B: Average Annual Turnover:
Package Quoted for Estimated Cost of
the Package (Rs. in Lakh)
Annual Turnover Data (Rs. in Lakh)
Financial Year Turnover (Rs. in Lakh)
Last Three Year preceding to
the year of tender
Total Estimated Cost of
the packages quoted for
Average Turnover
Note: Continuation sheets, of like size and format, may be used as per Bidder‟s
requirements and annexed to this Schedule.
I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section: I (, Invitation for Bids (IFB).
For & on behalf of ________ (Name of the Bidder)
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 198 ~ Signature of Bidder with Seal
ANNEXURE: V (B)
LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT
(In case of Bidder being a Joint Venture / Consortium Firm) To
The General Manager (Works) Department of Works & Planning
WESCO UTILITY Head Quarter Office, EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sirs,
I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support of our meeting the Qualifying requirements (QR) for bidders, stipulated in this tender specification, we furnish herewith the details/documents etc. as follows.
Name of the members of the JV / Consortium:
1. ___________________ 2. ___________________
Table – A: Previous Works Experience: Name of the Member (any one member only):
Package
Quoted for
Description
of Proposed Works
Tender
Quantity
Quantity Installed & Commissioned Sl.
No.
Financial
Year
Name of
Client
W.O.
Ref.
Qty
Installed
Proof of
Documents submitted executed
the works during the relevant
financial year
Table – B: Average Annual Turnover:
Package Quoted
for
Estimated Cost of the
Package (Rs. In Lakh)
Annual Turnover Data (Rs. in Lakh)
Annual Turnover Data (Rs. in Lakh)
Financial Year Turn Over (Rs.
In Lakh)
Financial Year Turn Over (Rs.
In Lakh)
Last Three Year preceding
to the year of tender
Last Three Year preceding to
the year of tender
Total Estimated
Cost of
the
packages
quoted for
Average Turnover
Average Turnover
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 199 ~ Signature of Bidder with Seal
Note:
1) Continuation sheets, of like size and format, may be used as per Bidder‟s requirements and annexed to this Schedule.
2) In case of Joint Venture, separate sheet for each partner of Joint Venture should be used.
Date: Signature:
Place: Printed Name: Designation:
Common Seal:
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 200 ~ Signature of Bidder with Seal
ANNEXURE – VI
DETAILS OF COMMERCIAL DEVIATIONS
Bidder‟s Name & Address: ____________
To The General Manager (Works)
Department of Works & Planning WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Sub: Commercial Deviation for Construction of Name of the project.
Dear Sir, The following are the Commercial Deviations and variations from and exceptions to
the specifications and documents for the subject Project. These deviations and variations are
exhaustive. Except for these deviations, the entire work shall be performed as per your specifications and documents.
Sl. No.
Ref./Page As specified in the Commercial deviation and variation
Date: Signature: Place: Printed Name:
Designation: Common Seal:
Note:
1) Continuation sheets, of like size and format may be used as per Bidder‟s requirements and annexed to this Schedule.
2) This will be read out during opening of Part-I Bid.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 201 ~ Signature of Bidder with Seal
ANNEXURE – VII
DETAILS OF TECHNICAL DEVIATIONS
Bidder‟s Name & Address: ______________
To The General Manager (Works)
Department of Works & Planning WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Sub: Technical Deviation for Construction of Name of the project.
Dear Sir, The following are the Technical Deviations and variations from and exceptions to the
specifications and documents for the subject Project. These deviations and variations are
exhaustive. Except for these deviations, the entire work shall be performed as per your specifications and documents.
Sl. No.
Ref./Page As specified in the Technical deviation and variation
Date: Signature: Place: Printed Name:
Designation: Common Seal:
Note:
1) Continuation sheets, of like size and format may be used as per Bidder‟s requirements and annexed to this Schedule.
2) This will be read out during opening of Part-I Bid.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 202 ~ Signature of Bidder with Seal
ANNEXURE – VIII
ADDITIONAL INFORMATION
Bidder‟s Name & Address:
To
The General Manager (Works) Department of Works & Planning
WESCO UTILITY Head Quarter Office, EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
We have enclosed with our proposal the following additional information for the subject, package.
Sl. No. Brief description of Information Ref./Page
Date: Signature:
Place: Printed Name: Designation:
Common Seal:
Note:
1) Continuation sheets, of like size and format may be used as per Bidder‟s requirements and annexed to this Schedule.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 203 ~ Signature of Bidder with Seal
ANNEXURE – IX
BOUGHT OUT & SUB CONTRACTED ITEMS
Bidder‟s Name & Address: _______________
To
The General Manager (Works) Department of Works & Planning
WESCO UTILITY Head Quarter Office, EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
We hereby furnish the details of the items/sub-assemblies amounting to more than 10% of our bid price, we propose to buy for the purpose of subject package.
Sl. No.
Item Description Quantity Proposed Source of Supply
Be Bought / Sub-contracted
1.
2.
3.
4.
5.
Date: Signature: Place: Printed Name:
Designation: Common Seal:
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 204 ~ Signature of Bidder with Seal
ANNEXURE – X
WORK COMPLETION SCHEDULE
Bidder‟s Name & Address: ________________
To
The General Manager (Works) Department of Works & Planning
WESCO UTILITY Head Quarter Office, EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
We hereby declare that the following Work Completion Schedule shall be followed by us for the purpose of subject package.
Sl. No.
Description Period of months from the date of LOA /W.O.
1. Completion of detailed engineering
2. Procurement of raw materials
3. Establishment of site stores
4. Erection
a) Commencement
b) Completion
5. Testing & Pre-commissioning
a) Commencement
b) Completion
6. Commissioning
Date: Signature:
Place: Printed Name: Designation:
Common Seal:
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 205 ~ Signature of Bidder with Seal
ANNEXURE: XI
CHECK LIST
Bidder‟s Name & Address: ________________
To The General Manager (Works)
Department of Works & Planning WESCO UTILITY Head Quarter Office,
EAST Building, At/PO: Burla, Dist.: Sambalpur -768017
Dear Sir,
Sl.
No.
Item Description Status of the
Submission of data
Remarks
1. Bid Guarantee Yes / No If yes please give details No, amount
2. Qualifying Data Yes / No
3. Commercial
Deviation
Yes / No
4. Technical Deviation Yes / No
5. Cost of withdrawn of Yes / No
6. Bid validity Yes / No If yes state here the period
7. Period of completion Yes / No If, yes please state here the period of completion
8. Additional information
State here briefly
N.B.: The contents of this schedule will be read out during opening of Part-I Bid
Signature: Date & Seal:
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 206 ~ Signature of Bidder with Seal
ANNEXURE: XII SELF DECLARATION FORM
Name of the Bidder: __________________________
Tender Notice No: ___________________________
Sir, 1) I / we, the undersigned do hereby declare that, I / we have never ever been blacklisted
and / or there were no debarring actions against us for any default in supply of material
/ equipments or in the performance of the contract entrusted to us in any of the Electricity Utilities of India.
2) In the event of any such information pertaining to the aforesaid matter found at any
given point of time either during the course of the contract or at the bidding stage, my bid/contract shall be liable for truncation / cancellation / termination without any
notice at the sole discretion of the owner, without prejudice to the right of WESCO for claiming compensation/ loss caused due to such hiding of facts.
Yours faithfully,
Signature of the bidder
With seal
Place:
Date:
N.B.: This form shall be duly filled-up and signed by the bidder & submitted along with the original copy of the Bid.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 207 ~ Signature of Bidder with Seal
ANNEXURE: XIII (A)
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref.: ____________ Date: __________ Bank Guarantee No.: _________________
In accordance with invitation to Tender Notice No. ______ Dated ____ of Western Electricity Supply Company of Orissa Ltd. [herein after referred to as the WESCO] for
the purpose of ________________ (name of the material) M/s. ________________ Address __________ wish/wished to p art ic ip a te in the said tender and as the Bank
Guarantee for the sum of Rs. [Rupees ________ Valid for a period of _________ days (in words) is required to be submitted by the Bidder.
1. We, the __________________ (indicate the name of the bank) [herein after referred to
as the Bank] at the request of M/s. ______________ [herein after referred to as the
supplier (s)] do hereby unequivocally and unconditionally guarantee and under take to pay during the above said period, on written request by WESCO an amount not
exceeding Rs. ____________ to the WESCO, without any reservation. The guarantee would remain valid up to 4.00 PM of ______________ (date) and if any further
extension to this is required, the same will be extended on receiving instructions from M/s. ___________ on whose behalf this guarantee has been issued.
2. We, the _______________ [indicate the name of the bank] do hereby further
undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the WESCO starting that the amount claimed is due
by way of loss or damage caused to or would be caused to or suffered by the WESCO by reason of any breach by the said supplier(s) of any of the terms or conditions or failure to perform the said bid. Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs. __________ (in wards).
3. We, the ____________ bank undertake to pay the WESCO any money so
demanded not Withstanding any dispute or disputes so raised by the supplier [s] in
any suit or proceeding instituted/pending before any Court or Tribunal relating
thereto, our liability under this agreement being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the supplier(s) shall have no claim against us for making
such payment.
4. We, the _______________ Bank (indicate the name of the bank) or our local branch at Burla / Sambalpur further agree that the guarantee herein contain shall remain in
full force and effect during the aforesaid period of ___________ days and it shall continue to be so enforceable till all the dues of the WESCO under by virtue of the
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 208 ~ Signature of Bidder with Seal
said Bid have been fully paid and its claims satisfied or discharged or till
WESCO certifies that the terms and conditions of the said Bid have been fully and properly carried out by the said Supplier [s] and accordingly discharges this guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before __________ (date) we shall be discharged from all liability under this guarantee
thereafter.
5. We, the _______________ Bank (indicate the name of the bank) or our local branch at Burla / Sambalpur further agree that the WESCO shall have the fullest liberty
without our consent and without affecting in any manner our obligations here under to vary any of the terms and conditions of the said Bid or to extend time of performance
by the said Supplier [s] from time to time or to postpone for any time or from time to time any of the powers exercisable by the WESCO against the said supplier [s] and
to forbear or enforce any of the terms and conditions relating to the said bid and we shall not be relieved from our liability by reason of any such variation, postponement or extension being granted to the said Supplier [s] or for any forbearance act or
omission on the part of the WESCO or any indulgence by the WESCO to the said Supplier[s] or by any such matter or thing whatsoever which under the law relating to
sureties would but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the name, style and constitution of the Bank or the supplier [s].
7. We, the _______________ Bank (indicate the name of the bank) or our local branch
at Burla / Sambalpur lastly undertake not revoke this Guarantee during its currency except with the previous consent of the WESCO in writing.
8. We, the _______________ Bank further agree that this guarantee shall also be
irrevocable at our place of business at Burla / Sambalpur (Indicate detail address of
local branch with code no.) in the State of Odisha.
Dated __________ day of 2012.
Witness (Signature, names & address) For _______________ [Indicate the name of the bank]
1.
2. Power of Attorney No.: ___________
Date: _________ SEAL OF BANK
The non-judicial stamp paper of worth Rs. 100/- shall be purchased in the name of the bank, which has issued the bank guarantee.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 209 ~ Signature of Bidder with Seal
ANNEXURE – XIII (B)
PROFORMA FOR EXTENSION OF BANK GUARANTEE (ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)
Ref. No.: _________
Date: ___________
WESCO Utility
Head Quarter Office: Burla – 768017 Ph. No. 0663-2432804, Fax: 0663-2432804
Dear Sirs, Sub: Extension of Bank Guarantee No._________ for Rs. ____________ favouring yourselves expiring _________ on account of M/s. ______ in respect of contract No.
_________ dated ________ 9herein after called original bank guarantee).
At the request of M/s. _________ we _______ bank branch office at having its head office
at ________ do hereby extend our liability under the above mentioned guarantee No. _________ dtd. _________ for a further period of __________ years / months from
________ to expire on ________ except as provided above, all other terms & conditions of the original bank guarantee No. ___________ dtd. _________ shall remain unaltered and
binding.
Please treat this as an integral part of the original guarantee to which it would be attached. Yours faithfully
Yours faithfully,
For ___________ Manager/Agent/Accountant
Power of Attorney No.: ___________ Date: __________
SEAL OF BANK
Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of
the bank, which has issued the bank guarantee.
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 210 ~ Signature of Bidder with Seal
ANNEXURE: XIV
PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT/MATERIAL HANDED OVER BY
WESCO FOR PERFORMANCE OF ITS CONTRACT
(Entire Equipment consignment in one lot)
(On non-Judicial stamp paper of appropriate Value) (INDEMNITY BOND)
THIS INDEMNITY BOND is made this _____ day of ____ 20____ by _______ a
Company registered under the Companies Act, 1956/ Partnership Firm / Proprietary Concern having its Registered Office at ______ (hereinafter called as “Contractor” or
“Obligor” which expression shall include its successors and permitted assigns) in favour of WESCO Utility, Headquarter At/Po-Burla, Dist-Sambalpur (here in after called
“Owner”)”Which expression shall include its successors and assigns):
WHEREAS Owner has awarded to the Contractor a Contract for _____ vide its Letter of Award / Contract No . : ______ dtd. ______ and its Amendment No.: _______ and
Amendment No.: _____ (applicable when amendments have been issued) hereinafter called the “Contract”) in terms of which Owner is required to handover various equipment to the Contractor for execution of the Contract.
And WHERAS by virtue of Clause No.: _____ of the said Contract, the Contractor is
required to executive an Indemnity Bond in favour of Owner for the Equipment/Material handed over to it by Owner for the purpose of performance of the Contract / Erection portion
of the Contract (hereinafter called the “Equipment”).
NOW THEREFORE, This Indemnity Bond witness as follows: That in consideration of various equipment as mentioned in the Contract, valued at Rs.
_____ / - (Rupees _______ only) handed over to the Contractor for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall
keep Owner indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of the Equipment as per dispatch title documents handed over to the Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is
expressly understood by the Contractor that handing over of the dispatch title documents in respect of the said Equipment duly endorsed by Owner in favour of the Contractor shall be
construed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment is trust as a Trustee for and on behalf of
Owner.
That the Contractor is obliged and shall remain absolutely responsible for the safe transit / protection and custody of the Equipment at Owner project Site against all risks,
whatsoever, till the Equipment are duly used / erected in accordance with the terms of the Contract and the Plant / Package duly erected and commissioned in accordance with the
terms of the Contract, is taken over by Owner. The Contractor undertakes to keep Owner
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 211 ~ Signature of Bidder with Seal
harmless against any loss or damage that may be caused to the Equipment.
The Contractor undertakes that the Equipment shall be used exclusively for the performance / execution of the Contract strictly in accordance with its terms and
conditions and no part of the equipment shall be utilized for any other work or purpose whatsoever. It is clearly understood by the Contractor that non-observance of the obligations
under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and purpose including legal / penal
consequences.
That WESCO (as the case may be) is and shall remain the exclusive Owner of the Equipment free from all encumbrances, charges or liens of any kind, whatsoever. The
Equipment shall at all times be open to inspection and checking by Engineer in Charge / Engineer or other employees/agents authorized by him in this regard. Further, Owner shall
always be free at all times to take possession of the Equipment in whatever form the Equipment may be, if in its opinion the Equipment are likely to be endangered, misutilised or converted to uses other than those specified in the Contract, by any acts of omission or
commission on the part of the Contractor binds himself and undertakes to comply with the direction of demand of Owner to return the Equipment without any demur or reservation.
That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to the
Equipment or the same or any part thereof is misutilised in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge/Engineer of Owner as
to assessment of loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself and undertakes to replace the lost and/or damaged
Equipment at its own cost and/or shall pay the amount of loss of Owner without demur, reservation or protest. This is without prejudice to any other right or remedy that may be
available to Owner against the Contractor under the Contract and under this Indemnity Bond.
NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with terms and conditions of this Bond to the satisfaction of Owner, THEN, the
above Bond shall be void, but otherwise, it shall remain in full force and virtue.
IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized
representative under the common seal of the Company, the day, month and year first above mentioned.
SCHEDULE
Particulars of
equipment handed over
Quantity Particulars of Dispatch Title
Documents
Value of
Equipment
Signature of Attorney
(authorized representative as a token of receipt RR / GR / No. / Date
of Bill of Lading Carrier
NIT NO.: WESCO/WORKS/20-21/02 DTD. 21.05.2020 ~ 212 ~ Signature of Bidder with Seal
For an on behalf of M/s. _______________________
WITNESS
Signature: ______________ Signature: _________ Signature: ___________
Name: __________ Name: ______________ Name: _____________ Address: __________ Address: __________ Address:_____________
Authorized representative
(Common Seal in case of Company)
Indemnity Bonds are to be executed by the authorized person and (i) in case of Contracting Company under common seal of the Company or (ii) having the Power of Attorney issued under common seal of the company with authority to execute Indemnity
Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney
and such documents should be attached to Indemnity Bond.